07-000488BID Vertex Standard vs. Department Of Transportation
 Status: Closed
Recommended Order on Monday, April 30, 2007.


View Dockets  
Summary: Petitioner, whose bid was unresponsive, did not demonstrate that Respondent`s acceptance of exceptions in Intervenor`s response were material deviations from the bid specifications so as to require the rejection of all bids.

1Case No. 07-0488BID

4STATE OF FLORIDA

7DIVISION OF ADMINISTRATIVE HEARINGS

11VERTEX STANDARD, ) ) ) ) ) ) ) ) ) ) ) ) ) ) ) )

29Petitioner, RECOMMENDED ORDER

32vs.

33DEPARTMENT OF TRANSPORTATION,

36Respondent,

37and

38MIDLAND RADIO CORPORATION,

41Intervenor.

42On March 16, 2007, a hearing was held in Tallahassee,

52Florida, pursuant to the authority set forth in Sections 120.569

62and 120.57(1), Florida Statutes. The case was considered by Lisa

72Shearer Nelson, Administrative Law Judge.

77APPEARANCES

78For Petitioner: Michael Donaldson, Esquire

83Daniel Hernandez, Esquire

86Carlton, Fields, P.A.

89Post Office Drawer 120

93Tallahassee, Florida 32302

96For Respondent: C. Denise Johnson, Esquire

102Florida Department of Transportation

106Haydon Burns Building

109605 Suwannee Street, Mail Station 58

115Tallahassee, Florida 32399

118For Intervenor: Stacy M. Schwartz, Esquire

124Isicoff, Ragatz & Koenigsberg

1281200 Brickell Avenue, Suite 1900

133Miami, Florida 33131

136STATEMENT OF THE ISSUE

140Whether the Department of Transportation's decision to award

148the contract contemplated in its Invitation to Bid ITB-DOT-06/07-

1579025-GB (Purchase of Radio Equipment) is contrary to the agency's

167governing statutes, the agency's rules or policies, or the

176proposal specifications.

178PRELIMINARY STATEMENT

180On January 29, 2007, a Petition was forwarded to the

190Division of Administrative Hearings challenging the Department of

198Transportation's (DOT's or Department's) Notice of Intent to

206award a contract pursuant to its Invitation to Bid ITB-DOT-06/07-

2169025-GB (Purchase of Radio Equipment). On February 1, 2007, the

226parties filed a Stipulation to Waive Thirty-Day Requirement, and

235indicated that the parties were available for hearing March 16

245and 18, 2007. On that same day, a Notice of Hearing was issued

258setting the case for hearing March 18, 2007. On February 8,

2692007, an Amended Notice of Hearing was issued, scheduling the

279matter for both days, i.e., March 16 and 18, 2007.

289Petitioner moved to amend the Petition without objection,

297and the Motion was granted February 14, 2007. On February 22,

3082007, Midland Radio Corporation (Midland) petitioned to intervene

316in the proceedings, and was granted intervenor status March 5,

3262007. On March 9, 2007, the parties advised that, in view of

338discovery conducted by the parties, only one day would be

348necessary for the hearing and requested that the matter be re-

359noticed for March 18, 2007, alone. Accordingly, an Amended

368Notice of Hearing was issued March 12, 2007, for March 18, 2007.

380The parties filed a Joint Pre-Hearing Statement which

388included stipulated findings of fact that have been incorporated

397into the Findings of Fact found below. At hearing, Joint

407Exhibits numbered 1 through 10 were admitted. Petitioner

415presented the testimony of four witnesses and submitted

423Petitioner's Exhibit 1, which was a demonstrative exhibit.

431Respondent presented the testimony of one witness, and

439Respondent's Exhibits numbered 1 through 4 were admitted without

448objection. The Intervenor presented no witnesses or exhibits.

456At hearing, it was anticipated that the transcript would be

466filed with the Division April 6, 2007. However, the transcript

476was actually filed March 29, 2007, and an Order was issued

487advising the parties accordingly. Petitioner moved without

494objection for an extension of time for the filing of proposed

505recommended orders until April 16, 2007. All parties Proposed

514Recommended Orders are accepted as timely filed. These

522submissions have been carefully considered in the preparation of

531this Recommended Order.

534FINDINGS OF FACT

5371. On September 28, 2006, the Department issued the

546Invitation to Bid, ITB-DOT 06/07-9025-GB (ITB) for the purchase

555of radio equipment.

5582. The ITB contemplated that one five-year contract would

567be awarded.

5693. The ITB reserved to the Department the right to accept

580or reject any and all bids, and reserved the right to make an

593award without further discussion of the bids submitted.

6014. The ITB reserved to the Department the right to reject

612any response not in compliance with the requirements of the ITB.

623The Bid Sheet of the ITB stated:

630NOTE: In submitting a response, the bidder

637acknowledges they have read and agree to the

645solicitation terms and conditions and their

651submission is made in conformance with those

658terms and conditions.

661ACKNOWLEDGMENT: I certify that I read and

668agree to abide by all terms and conditions of

677this solicitation and that I am authorized to

685sign for the bidder. I certify that the

693response submitted is made in conformance

699with all requirements of the solicitation.

7055. Likewise, the Special Conditions of the ITB provided in

715pertinent part:

71711) ADDITIONAL TERMS AND CONDITIONS

722No conditions may be applied to any respect

730of the ITB by the prospective bidder. Any

738conditions placed on any aspect of the

745prospective bidder may result in the bid

752being rejected as a conditional bid (see

"759RESPONSIVENESS OF BIDS"). DO NOT WRITE IN

767CHANGES ON ANY ITB SHEET. The only

774recognized changes to the ITB prior to bid

782opening will be a written addenda issued by

790the Department.

79212) RESPONSIVENESS OF BIDS

796Bids will not be considered if not received

804by the Department on or before the date and

813time specified as the due date for

820submission. All bids must be typed or

827printed in ink. A responsive bid is an offer

836to provide the items specified in this

843Invitation to Bid in accordance with all

850requirements of this Invitation to Bid. Bids

857found to be non-responsive will not be

864considered. Bids may be rejected if found to

872be irregular or not in conformance with the

880specifications and instructions herein

884contained. A bid may be found to be

892irregular or non-responsive by reasons that

898include, but are not limited to, failure to

906utilize or complete prescribed forms,

911modifying the bid specifications, submitting

916conditional bids or incomplete bids,

921submitting indefinite or ambiguous bids, or

927executing forms or the bid sheet with

934improper and/or undated signatures. Other

939conditions which may cause rejection of bids

946include evidence of collusion among bidders,

952obvious lack of experience or expertise to

959provide the required items, and failure to

966perform or meet financial obligations on

972previous contracts.

974* * *

97723) PRODUCT REQUIREMENTS/SPECIFICATIONS

980Items furnished shall be standard products of

987the manufacturer or their suppliers, shall be

994new, unused, clean, and free from any defects

1002or features affecting appearance,

1006serviceability, or the safety of the user in

1014normal intended use.

1017Any deviation from specifications indicated

1022herein must be clearly pointed out;

1028otherwise, it will be considered that items

1035offered are in strict compliance with these

1042specifications, and successful bidder will be

1048held responsible therefore. Deviations must

1053be explained in detail on separate attached

1060sheet(s).

1061* * *

106432) WARRANTY

1066A warranty is required on all items purchased

1074against defective materials, workmanship, and

1079failure to perform in accordance with

1085required industry performance criteria, for a

1091period of not less than two (2) years from

1100the date of acceptance by the purchaser. Any

1108deviation from the criteria must be

1114documented in the bid response or the above

1122statement shall prevail.

11256. The State of Florida PUR 1001 (General Instructions to

1135Respondents) was also included in the ITB. The General

1144Instructions to Respondents specified that all responses to the

1153ITB are subject to the following sections of the ITB, which, in

1165case of conflict, shall have the following order of precedence:

11751) Technical Specifications; 2) Special Conditions;

11813) Instructions to Respondents (PUR 1001); 4) General Conditions

1190(PUR 1001), and 5) Introductory Materials. Section 9 of the

1200General Instructions provides in pertinent part:

1206Respondent's Representation and

1209Authorization . In submitting a response,

1215each respondent understands, represents, and

1220acknowledges the following (if the respondent

1226cannot so certify to any of the following,

1234the respondent shall submit with its response

1241a written explanation of why it cannot do

1249so).

1250* * *

1253• The product offered by the respondent will

1261conform to the specifications without

1266exception.

1267 The respondent has read and understands

1274the Contract terms and conditions, and the

1281submission is made in conformance with those

1288terms and conditions.

12917. The ITB specifications also included information about

1299what must be included in the bid to be considered responsive:

13103.1 This specification includes required

1315equipment that the vendor shall provide

1321to be compliant with the bid. This

1328specification also includes non-required

1332equipment that FDOT considers important

1337but not critical to obtaining a

1343successful bid. Vendors can elect to

1349bid on any or all of these non-required

1357equipment items. Bidding on non-

1362required items does not affect the bid

1369evaluation process however the Vendor

1374will be held to the contract

1380requirements and technical

1383specifications for all bid products.

13883.2 All required and non-required equipment

1394items are identified in the

1399specification compliance matrix at the

1404end of this technical specification.

14093.3 Required Equipment. The vendor shall

1415supply all of the required types of

1422equipment. There is also optional

1427equipment that is required though it may

1434not be procured with each order. An

1441example of such a required, optional

1447piece of equipment is the mobile radio

1454dual control head.

14573.4 Non-Required Equipment. To ensure a

1463successful bidding process FDOT has

1468identified radio equipment that they

1473consider important but not critical to

1479the success of this contract. This

1485equipment is fully specified in this

1491document and if a vendor elects to bid

1499any non-required equipment item, they

1504must comply with the associated

1509specifications. An example of such a

1515non-required piece of equipment is the

1521low-band VHF portable radio.

15258. Specifications 4.2.1.22.1 (with respect to portable

1532radios) and 4.3.1.22.1 (with respect to mobile radios) both

1541included the requirement that "[t]he last channel selected shall

1550appear as the selected channel after the radio is turned back on.

1562The last selected scan mode shall also reinitiate after the radio

1573is turned back on."

15779. With respect to warranties, the specifications

1584provided:

15858. VENDOR WARRANTY

15888.1 Parts and Labor Warranty. The vendor

1595shall warranty all parts and accessories

1601against defects in materials and

1606workmanship while under normal use and

1612service by FDOT personnel. Parts shall

1618include but not be limited to all

1625products, all product subsystem LLRUs

1630disassembled by trained FDOT maintenance

1635personnel, and all product accessories.

1640The vendor labor necessary to diagnose

1646and repair a defect shall be provided by

1654the vendor at no cost to FDOT.

1661Defective parts may be repaired by the

1668vendor or replaced with new parts. The

1675vendor shall also be responsible for

1681return shipping costs to FDOT of a

1688repaired or replaced part.

16922.2 Warranty Period.

16958.2.1 Parts and Labor. With the

1701exception of portable battery power

1706ratings, the vendor shall warranty all

1712parts and labor for 5 years.

17188.2.2 Portable Radio Battery Power

1723Rating. The vendor shall warranty parts

1729and labor associated with the portable

1735radio power rating for 18 months. If

1742during this 18 month period the battery

1749power rating falls below 80% of the

1756specified battery power rating the

1761battery shall be replaced with a new

1768battery.

176910. No bidder challenged the specifications contained in

1777the ITB.

177911. On November 8, 2006, Vertex Standard submitted its

1788response to the ITB. Four other vendors submitted proposals,

1797including Midland.

179912. Four of the responding bidders, including Vertex

1807Standard, were found to be non-responsive in part because they

1817did not bid on all of the required items identified in the RFP.

183013. Midland's proposal contained a signed copy of the Bid

1840Sheet referenced in paragraph 4, acknowledging the solicitation

1848terms and certifying that its proposal is made in conformance

1858with all requirements of the solicitation.

186414. However, Midland's proposal also contained a page

1872entitled "Midland Radio Corporation Exceptions to Technical

1879Requirements for Florida Department of Transportation Purchase of

1887Radio Equipment ITB-DOT-06/07-9025-GB." On this page, Midland

1894indicated that it "takes exceptions to the following Technical

1903Requirements" of the ITB:

1907Exception to 4.2.1.22.1

1910Midland Radio Corporation Model 80-

1915125/425 Portable Radios return to the

1921programmed scan mode after On/Off/On Cycle.

1927Exception to 4.2.4.5

1930Midland Corporation Model 81-391 Smart

1935Rapid Charger meets Technical requirements

1940for 4.2.4.5.1, 4.2.4.5.2, 4.2.4.5.3, and

19454.2.4.5.4. Analyzer Functions is under

1950review for a possible future function.

1956Exception to 4.3.1.22.1

1959Midland Radio Corporation Titan Series

1964Mobile Radios return to programmed scan mode

1971after On/Off/On cycle.

1974Exception to 8.2

1977Midland Radio Corporation warrants our

1982Base Tech Base/Repeater stations for a period

1989of five (5) years from date of purchase

1997against defects in material and workmanship.

2003Midland Radio Corporation warrants or

2008[sic] Titan mobile radio, and our Midland

2015portable radio products for a period of three

2023years from date of purchase against defects

2030in material workmanship.

203315. On the page following the "Exceptions," was a Warranty

2043Certificate for Midland's equipment. The Warranty Certificate

2050stated that all mobiles, portables and Titan Vehicular Repeaters

2059were warranted for a period of three years. Base-Tech II

2069Base/Repeater Stations were warranted for five years. With

2077respect to accessories, Midland's Warranty Certificate stated

2084that rechargeable batteries would be warrantied for 18 months;

2093battery chargers for 1 year; and all other accessories for 120

2104days.

210516. Vertex Standard did not take exception to the five-year

2115warranty requirement. Representatives from Vertex Standard were

2122required to check with officials at their headquarters overseas

2131in order to bid on a project requiring a five-year warranty.

2142While Vertex Standard's representative indicated that there was

2150additional cost to the company in providing a five-year warranty,

2160the company decided to absorb the cost of the additional two

2171years. No specific dollar amount attributable to the additional

2180warranty period was identified.

218417. The responses to the ITB were reviewed by an evaluation

2195committee comprised of Randy Pierce, Roger Madden and Brian Kopp.

2205These three gentleman were also instrumental in developing the

2214ITB in the first place. The evaluation committee members

2223independently reviewed the responses submitted by the vendors and

2232met collectively to compare the individual scores.

223918. Randy Pierce, who was the primary author of the ITB,

2250determined that the five-year warranty specification was an error

2259on his part that should have been addressed before the ITB was

2271finalized. The committee members looked at the industry standard

2280for warranties and determined that most failures occur in the

2290first year and that the industry standard for warranties was two

2301to three years.

230419. Similarly the requirement that radios return to the

2313last channel selected had been included in the specifications

2322because a prior vendor had included this option on equipment the

2333Department now owned. The committee members determined that this

2342requirement was a minor issue that would not affect the overall

2353function and performance of the radio equipment, but could be

2363addressed through training.

236620. On November 20, 2006, a Radio Bid Evaluation Response

2376Justification Attachment (Justification Attachment) was prepared

2382by Randy Pierce, Roger Madden and Brian Kopp. In this document,

2393the evaluation team members reported that four vendors, including

2402Vertex Standard, failed to comply with Specification Section 3.3

2411requiring the vendor to bid all required types of equipment.

2421Based on this failure, all four were disqualified. The

2430Justification Attachment also indicated that these four vendors

2438were also non-compliant with several technical specifications in

2446the ITB.

244821. The Committee determined that Midland Radio was the

2457only vendor that bid on all required products. The Justification

2467Statement stated in pertinent part:

24722) Midland, the fifth and remaining vendor

2479bid all required products. Midland took

2485exception to the following:

2489a. Midland took exception to Specification

2495Sections 4.2.1.22.1 and 4.3.1.22.1 regarding

2500the start-up configuration of Portable and

2506Mobile Radios. FDOT has reviewed the

2512exceptions and agree [sic] to them.

2518b. Midland took exception to Specification

2524Sections 4.2.4.5 regarding the portable radio

2530smart charger. This charger is not a

2537required product and FDOT will therefore not

2544award this item.

2547c. Midland took exception to Specification

2553Section 8.2 regarding the Warranty Period for

2560Portable and Mobile Radios. The specified

2566warranty period is five years, however

2572Midland has bid a 3 year warranty period for

2581Portable and Mobile Radios. FDOT has

2587determined that the 3 year warranty period

2594offered by Midland meets or exceeds the

2601current industry standards. Therefore, FDOT

2606agrees to the exception.

26103) With the agreed to exceptions Midland is

2618the only compliant bidder and therefore they

2625are selected.

262722. On November 27, 2006, the Department posted its notice

2637of intent to award the contract to Midland.

264523. On November 30, 2006, Vertex Standard filed its Notice

2655of Intent to Protest the intended award.

266224. On December 11, 2006, Vertex filed its Petition

2671requesting a hearing pursuant to Section 120.57(1), Florida

2679Statutes.

2680CONCLUSIONS OF LAW

268325. The Division of Administrative Hearings has

2690jurisdiction over the subject matter and the parties to this

2700action in accordance with Sections 120.569 and 120.57(1), Florida

2709Statutes.

271026. Vertex submitted a bid proposal that did not conform to

2721the requirements of the ITB. Because the relief sought by Vertex

2732Standard is the rejection of all other nonresponsive proposals,

2741Vertex Standard has standing to bring this protest. Capelletti

2750Brothers, Inc. v. Department of General Services , 432 So. 2d 1359

2761(Fla. 1st DCA 1983); NTI Group, Inc. v. Department of Education ,

2772DOAH Case No. 06-4449BID (Recommended Order January 9, 2007;

2781Final Order January 31, 2007).

278627. Petitioner, as the party challenging the proposed

2794agency action, has the burden of proof in this proceeding and

2805must show that the agency's proposed action is contrary to the

2816agency's governing statutes, rules or policies, or the bid or

2826proposal specifications. A de novo hearing was conducted to

2835evaluate the action taken by the agency. Section 120.57(3)(f),

2844Florida Statutes; State Contracting and Engineering Corp. v.

2852Department of Transportation , 709 So. 2d 607 (Fla. 1st DCA 1998).

2863The administrative law judge may receive evidence, as with any

2873hearing held pursuant to Section 120.57(1), but the purpose of

2883the proceeding is to evaluate the action taken by the agency

2894based on the information available to the agency at the time it

2906took the action. Id.

291028. In this case, Midland is the only vendor that bid on

2922all required products specified in the ITB. Its bid, however, is

2933contrary to proposal specifications with respect to the "last

2942channel" feature and the length of the warranties for products

2952subject to the ITB. The crux of the case is whether the

2964exceptions to the specifications submitted by Midland constituted

2972material deviations from these specifications.

297729. The test for determining whether a deviation from

2986specifications is material is whether the variance gives the

2995bidder a substantial advantage over the other bidders and thereby

3005restricts or stifles competitionopabest Foods, Inc. v.

3012Department of General Services , 493 So. 2d 50, 52 (Fla. 1st DCA

30241986); Harry Pepper & Associates, Inc. v. City of Cape Coral , 352

3036So. 2d 1190 (Fla. 2d DCA 1977). Put another way, "a minor

3048irregularity is a variation from the bid invitation or proposal

3058terms and conditions which does not affect the price of the bid,

3070or give the bidder an advantage or benefit not enjoyed by other

3082bidders, or does not adversely impact the interests of the

3092Department." Intercontinental Properties, Inc. v. Department of

3099Health and Rehabilitative Services , 606 So. 2d 380, 386 (Fla. 3d

3110DCA 1992).

311230. It is concluded, based on the totality of the evidence

3123presented, that the exceptions reflect minor deviations from the

3132specifications and their acceptance by the Department does not

3141give Midland a substantial advantage over the other bidders who

3151submitted proposals. Section 23 of the Special Conditions

3159allowed a vendor to submit a bid with deviations, as long as

3171those deviations were clearly identified and explained in detail.

3180A similar provision allowing some deviation was included in

3189Section 32 regarding warranties. Midland complied with these

3197directives.

319831. While there may be a cost factor involved in extending

3209the warranty over five years in conformance with the

3218specifications, there was no credible evidence as to that cost

3228factor would be. Indeed, Petitioner indicated that it had

3237decided to absorb the cost. Likewise, there was no indication at

3248hearing that not furnishing the last channel feature had any

3258material significance in providing a proposal. On the other

3267hand, the Department and its consultants all indicated that

3276neither issue was particularly significant in their view.

328432. Agencies enjoy wide discretion when it comes to

3293soliciting and accepting proposals, and an agency's decision,

3301when based upon an honest exercise of such discretion, will not

3312be set aside even where it may appear erroneous or if reasonable

3324persons may disagree. Baxter's Asphalt and Concrete, Inc. v.

3333Department of Transportation , 475 So. 2d 1284, 1287 (Fla. 1st DCA

33441985); Capeletti Brothers, Inc. v. State, Department of General

3353Services , 432 So. 2d 1359, 1363 (Fla. 1st DCA 1983). Section

3364120.57(3)(f) establishes the standard of proof as to whether the

3374proposed action was clearly erroneous, contrary to competition,

3382arbitrary or capricious.

338533. A decision is considered to be clearly erroneous when

3395although there is evidence to support it, after review of the

3406entire record the tribunal is left with the definite and firm

3417conviction that a mistake has been committed. United States v.

3427U.S. Gypsum Co. , 333 U.S. 354, 395 (1948). An agency action is

3439capricious if the agency takes the action without thought or

3449reason or irrationally. Agency action is arbitrary if is not

3459supported by facts or logic. See Agrico Chemical Co. v. State

3470Department of Environmental Regulation , 365 So. 2d 759, 763 (Fla.

34801st DCA 1978). An agency decision is contrary to competition if

3491it unreasonably interferes with the objectives of competitive

3499bidding. See Wester v. Belote , 103 Fla. 976, 138 So. 721, 723-24

3511(1931).

351234. Here, the Department was faced with either rejecting

3521all bids or acceding to minor modifications requested by the only

3532vendor who bid on all required products. It determined that the

3543accepting Midland's bid was in the best interest of the agency.

3554Compare Intercontinental Properties . Under these circumstances,

3561it is concluded that Petitioner has not met its burden under

3572Section 120.57(3)(f), Florida Statutes, of showing that the

3580decision to award the contract at issue to Midland is clearly

3591erroneous, contrary to competition, arbitrary or capricious.

3598RECOMMENDATION

3599Upon consideration of the facts found and conclusions of law

3609reached, it is

3612RECOMMENDED:

3613That a final order be entered dismissing Vertex Standard's

3622petition.

3623DONE AND ENTERED this 30th day of April, 2007, in

3633Tallahassee, Leon County, Florida.

3637S

3638LISA SHEARER NELSON

3641Administrative Law Judge

3644Division of Administrative Hearings

3648The DeSoto Building

36511230 Apalachee Parkway

3654Tallahassee, Florida 32399-3060

3657(850) 488-9675 SUNCOM 278-9675

3661Fax Filing (850) 921-6847

3665www.doah.state.fl.us

3666Filed with the Clerk of the

3672Division of Administrative Hearings

3676this 30th day of April, 2007.

3682COPIES FURNISHED :

3685C. Denise Johnson, Esquire

3689Department of Transportation

3692Haydon Burns Building, Mail Station 58

3698605 Suwannee Street

3701Tallahassee, Florida 32399-0450

3704Michael P. Donaldson, Esquire

3708Daniel Hernandez, Esquire

3711Carlton Fields, P.A.

3714215 South Monroe Street, Suite 500

3720Post Office Drawer 190

3724Tallahassee, Florida 32302-0190

3727Stacy M. Schwartz, Esquire

3731Eric D. Isicoff, Esquire

3735Isicoff, Ragatz & Koenigsberg

37391200 Brickell Avenue, Suite 1900

3744Miami, Florida 33131

3747Alexis M. Yarbrough, Esquire

3751Department of Transportation

3754Haydon Burns Building, Mail Station 58

3760605 Suwannee Street

3763Tallahassee, Florida 32399-0450

3766Stephanie Kopelousos, Interim Secretary

3770Department of Transportation

3773Haydon Burns Building

3776605 Suwannee Street, Mail Station 57

3782Tallahassee, Florida 32399-0450

3785NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

3791All parties have the right to submit written exceptions within

380110 days from the date of this recommended order. Any exceptions to

3813this recommended order should be filed with the agency that will

3824issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 05/30/2007
Proceedings: Agency Final Order
PDF:
Date: 05/30/2007
Proceedings: Final Order filed.
PDF:
Date: 04/30/2007
Proceedings: Recommended Order
PDF:
Date: 04/30/2007
Proceedings: Recommended Order (hearing held March 16, 2007). CASE CLOSED.
PDF:
Date: 04/30/2007
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 04/17/2007
Proceedings: Department`s Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 04/16/2007
Proceedings: Department`s Proposed Recommended Order filed.
PDF:
Date: 04/16/2007
Proceedings: (Petitioner) Proposed Recommended Order filed.
PDF:
Date: 04/16/2007
Proceedings: Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 04/16/2007
Proceedings: Closing Arguments of Intervenor, Midland Radio Corporation filed.
PDF:
Date: 04/05/2007
Proceedings: Petitioners Motion for Extension of Time to File Proposed Recommended Order filed.
PDF:
Date: 03/30/2007
Proceedings: Notice of Filing Transcript.
Date: 03/29/2007
Proceedings: Transcript filed.
Date: 03/16/2007
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 03/15/2007
Proceedings: Joint Pre-hearing Statement filed.
PDF:
Date: 03/12/2007
Proceedings: Amended Notice of Hearing (hearing set for March 16, 2007; 9:30 a.m.; Tallahassee, FL; amended as to Date ).
PDF:
Date: 03/09/2007
Proceedings: Letter to Judge Nelson from M. Donaldson requesting that case be re-noticed for a one-day hearing on March 16, 2007 filed.
PDF:
Date: 03/08/2007
Proceedings: Notice of Service of Petitioner`s First Interrogatories to Respondent filed.
PDF:
Date: 03/06/2007
Proceedings: Responses of Intervenor, Midland Radio Corporation, to Petitoienr`s First Set of Interrogatories filed.
PDF:
Date: 03/06/2007
Proceedings: Notice of Taking Telephonic Deposition filed.
PDF:
Date: 03/06/2007
Proceedings: Response to Request for Admissions filed.
PDF:
Date: 03/05/2007
Proceedings: Order Granting Intervention (Midland Radio Corporation).
PDF:
Date: 03/01/2007
Proceedings: Notice of Taking Telephonic Deposition filed.
PDF:
Date: 03/01/2007
Proceedings: Notice of Taking Depositions filed.
PDF:
Date: 03/01/2007
Proceedings: Notice of Taking Telephonic Deposition (2) filed.
PDF:
Date: 02/28/2007
Proceedings: Petitioners Response to Respondents First Request for Production of Documents filed.
PDF:
Date: 02/28/2007
Proceedings: Notice of Taking Depositions filed.
PDF:
Date: 02/26/2007
Proceedings: Petitioner`s Response to Respondent`s First Request for Admissions filed.
PDF:
Date: 02/22/2007
Proceedings: Department`s First Request for Production of Documents to Petitioner, Vertex Standard filed.
PDF:
Date: 02/22/2007
Proceedings: Petition to Intervene of Midland Radio Corporation filed.
PDF:
Date: 02/21/2007
Proceedings: Respondent`s First Request for Admissions to Petitioner filed.
PDF:
Date: 02/20/2007
Proceedings: Notice of Service of Petitioner`s Response to Respondent`s First Interrogatories filed.
PDF:
Date: 02/19/2007
Proceedings: Department`s Response to Request for Production filed.
PDF:
Date: 02/19/2007
Proceedings: Department`s Notice of Serving Answers to Interrogatories filed.
PDF:
Date: 02/14/2007
Proceedings: Petitioner, Vertex Standard`s First Request for Production of Documents to Respondent, State of Florida, Department of Transportation filed.
PDF:
Date: 02/14/2007
Proceedings: Notice of Service of Petitioner`s First Interrogatories to Respondent filed.
PDF:
Date: 02/14/2007
Proceedings: Order (Motion for Leave to Amend Petition is granted).
PDF:
Date: 02/12/2007
Proceedings: Notice of Serving Respondent, Department of Transportation`s First Set of Interrogatories to Petitioner filed.
PDF:
Date: 02/08/2007
Proceedings: Amended Notice of Hearing (hearing set for March 14 and 16, 2007; 9:30 a.m.; Tallahassee, FL; amended as to Dates of Hearing).
PDF:
Date: 02/08/2007
Proceedings: Motion for Leave to Amend Petition filed.
PDF:
Date: 02/01/2007
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 02/01/2007
Proceedings: Notice of Hearing (hearing set for March 16, 2007; 9:30 a.m.; Tallahassee, FL).
PDF:
Date: 02/01/2007
Proceedings: Stipulation to Waive Thirty (30) Day Requirement filed.
PDF:
Date: 01/31/2007
Proceedings: Notice of Appearance (filed by M. Donaldson).
PDF:
Date: 01/29/2007
Proceedings: Notification of Intent to File a Formal Written Protest filed.
PDF:
Date: 01/29/2007
Proceedings: Petition filed.
PDF:
Date: 01/29/2007
Proceedings: Agency referral filed.

Case Information

Judge:
LISA SHEARER NELSON
Date Filed:
01/29/2007
Date Assignment:
01/29/2007
Last Docket Entry:
05/30/2007
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (2):

Related Florida Statute(s) (2):