08-004442BID Morales Moving And Storage Company, Inc. vs. Miami-Dade County School Board
 Status: Closed
Recommended Order on Friday, May 1, 2009.


View Dockets  
Summary: Petitioner failed to demonstrate that it should not be found ineligible and not be disqualified by Respondent for the invitation to bid. Recommend dismissal of protest.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8MORALES MOVING AND STORAGE )

13COMPANY, INC., )

16)

17Petitioner, )

19)

20vs. ) Case No. 08-4442BID

25)

26MIAMI-DADE COUNTY SCHOOL BOARD, )

31)

32Respondent. )

34________________________________)

35RECOMMENDED ORDER

37Pursuant to notice, a formal hearing was held in this case

48on January 22 and 23, 2009, in Miami, Florida, before

58Errol H. Powell, an Administrative Law Judge of the Division of

69Administrative Hearings.

71APPEARANCES

72For Petitioner: Philip S. Vova, Esquire

78The Law Office of Philip S. Vova, P.A.

864000 Hollywood Boulevard, Suite 375 South

92Fort Lauderdale, Florida 33021

96For Respondent: Stephen L. Shochet, Esquire

102Miami-Dade County School Board

1061450 Northeast Second Avenue, Suite 400

112Miami, Florida 33132

115STATEMENT OF THE ISSUE

119The issue for determination is whether the intended action

128by Respondent to disqualify Petitioner from eligibility for

136award of the Invitation to Bid No. 062-HH10 — Relocation of

147Furniture, Fixtures and Equipment — was improper.

154PRELIMINARY STATEMENT

156By registered letter dated August 14, 2008, Miami-Dade

164County School Board (Respondent) notified Morales Moving and

172Storage Company, Inc. (Petitioner), that, even though Petitioner

180was in the group of low bidders for the Invitation to Bid (ITB)

193No. 062-HH10 — Relocation of Furniture, Fixtures and Equipment

202(FF&E), Petitioner was not being considered for the award of the

213contract because Petitioner was non-responsive. Further,

219Respondent indicated that Petitioner was non-responsive on the

227basis of “Special Condition #5 – Reference/Qualifications,”

235which provides in pertinent part: “Bidders who, in the past

245three years, have billed the School Board for work not actually

256performed, or who have charged amounts materially in excess of

266the contract unit prices, may be determined to be ineligible for

277award under this Bid.” Petitioner timely filed a Petition of

287Protest, protesting the intended action by the Respondent to

296disqualify Petitioner from the award of the contract for ITB No.

307062-HH10, Relocation of FF&E. On September 12, 2008, this

316matter was referred to the Division of Administrative Hearings.

325The parties waived the 30-day requirements. Prior to

333hearing, the parties filed a Joint Pre-hearing Stipulation,

341which included limited admitted facts.

346At hearing, Petitioner presented the testimony of four

354witnesses. Respondent did not present the testimony of any

363witnesses. The parties entered seven joint exhibits (Joint

371Exhibits numbered 1-7) into evidence.

376A transcript of the hearing was ordered. At the request of

387the parties, the time for filing post-hearing submissions was

396set for 20 days following the filing of the transcript. The

407Transcript, consisting of one volume, was filed on March 4,

4172009. The parties' post-hearing submissions were due on or

426before March 24, 2009. Subsequently, Petitioner requested

433additional time in which to file post-hearing submissions, to

442which Respondent did not object. Petitioner’s request was

450granted. The parties timely filed post-hearing submissions,

457which have been considered in the preparation of this

466Recommended Order.

468FINDINGS OF FACT

4711. No dispute exists that, at all times material hereto,

481Respondent was a duly-constituted School Board, with the duty to

491operate, control and supervise all free public schools within

500the school district of Miami-Dade County, Florida, pursuant to

509Article IX, Section 4(b) of the Florida Constitution.

5172. Respondent issued ITB No. 062-HH10, Relocation of FF&E.

526The purpose of ITB No. 062-HH10, Relocation of FF&E is, among

537other things, to obtain multiple providers for moving,

545relocation, and installation services of Respondent’s FF&E.

552Bids were accepted until 2:00 p.m. on August 5, 2008.

5623. ITB No. 062-HH10, Relocation of FF&E contains a section

572titled “Instruction to Bidders,” which provides in pertinent

581part:

582II. Submitting of Bids

586* * *

589D. Public Entity Crimes. Section

594287.133(2)(a), Florida Statute [sic]. A

599person who has been placed on the convicted

607vendor list following a conviction for a

614public entity crime may not submit a bid on

623a contract to provide goods or services to a

632public entity . . . may not be awarded or

642perform work as a contractor, supplier,

648subcontractor, or consultant under a

653contract with any public entity, and may not

661transact business with any public entity in

668excess of the threshold amount provided in

675Section 287.017, for CATEGORY TWO for a

682period of 36 months from the date of being

691placed on the convicted vendor list.

697(emphasis in original)

7004. ITB No. 062-HH10, Relocation of FF&E contains a

709“Special Conditions” section. Paragraph numbered 2 of the

717Special Conditions, titled “Award,” provides in pertinent part:

726The School Board of Miami-Dade County,

732Florida [Respondent], will award the

737contract to a maximum of five (5) lowest

745responsive, responsible bidders who offer

750the total low bid for all items. . . M-DCPS

760[Respondent] reserves the right, before

765awarding this contract, to require bidders

771to submit their qualifications. Bidders

776must meet all specifications and

781requirements of this bid to be considered

788for award.

790Successful vendors will be considered pre-

796qualified Contractor(s) and will be invited

802to participate in the quoting process for

809each relocation project. The Contractor

814offering the lowest quote for each

820relocation project, complying in full with

826all requirements, shall be awarded the

832project. . . .

8365. Paragraph numbered 5 of the Special Conditions, titled

845“References/Qualifications,” provides in pertinent part:

851Bidders who, in the past three years, have

859billed the School Board [Respondent] for

865work not actually performed, or who have

872charged amounts materially in excess of the

879contract unit prices, may be determined to

886be ineligible for award under this Bid.

8936. Respondent’s “Buyer” indicated on ITB No. 062-HH10,

901Relocation of FF&E is Barbara D. Jones, Executive Director of

911the Procurement Management Services (PMS).

9167. Since approximately 1998, Petitioner had been a

924provider of FF&E relocation services to Respondent.

9318. For the past five years, Respondent had awarded bids

941regularly to Petitioner.

9449. Petitioner’s owner is Rene Morales. Petitioner,

951through Mr. Morales, is very familiar with Respondent’s bidding

960process and documents.

96310. Prior to ITB No. 062-HH10, Relocation of FF&E,

972Petitioner had submitted a bid for ITB No. 062-EE10, Relocation

982of FF&E, as a provider of FF&E relocation services. Bids were

993accepted until 2:00 p.m. on July 14, 2005. Respondent awarded

1003Petitioner the contract. The term of the contract was for two

1014(2) years from the date of the award. Ms. Jones was also

1026indicated as Respondent’s buyer.

103011. No dispute exists that, during the performance period

1039of ITB No. 062-EE10, Relocation of FF&E, Petitioner performed

1048some legitimate moves and properly billed Respondent for those

1057moves.

105812. However, in or around February or March 2007,

1067Respondent’s employees in its FF&E Department, who were charged

1076with administering the FF&E relocation program, devised a scheme

1085to obtain payment for work that was not performed. At the

1096request of the FF&E employees, certain of Respondent’s vendors,

1105who were performing relocation of FF&E services, would submit

1114lump-sum relocation service quotations for moves, which did not

1123actually occur, at a certain cost, i.e., $6,400.00; and those

1134particular employees in the FF&E Department would designate

1142certain persons to whom the participating vendor would pay a

1152certain amount, i.e., $5,200.00. The designated person would be

1162included on the quotation documents, but, in actuality was not

1172an employee of the participating vendor. Respondent would pay

1181the lump-sum cost quoted; the participating vendor would pay the

1191designated person; and the participating vendor would retain the

1200balance, i.e., $1,200.00, for itself.

120613. The FF&E Department submitted the required paperwork

1214to Respondent’s PMS for payment of the relocation services

1223quotations. Ms. Jones, testified that PMS relied upon the FF&E

1233Department for the correctness of the paperwork submitted, and

1242that, therefore, PMS accepted the paperwork, including purchase

1250orders, submitted by the FF&E Department without questioning the

1259validity of the paperwork. Her testimony is found to be

1269credible. Ms. Jones signed the purchase orders, authorizing

1277payment. PMS issued payment for the purchase orders based upon

1287the paperwork submitted by the FF&E Department.

129414. No dispute exists that Respondent’s employees in the

1303FF&E Department participated in the scheme and committed illegal

1312acts.

131315. Beginning in March 2007, the employees at the FF&E

1323Department requested Petitioner to submit a number of lump sum

1333bid quotations, i.e., $6,400.00, for FF&E relocation services,

1342with a designated person named. However, no FF&E relocation

1351services were involved. Petitioner complied with the requests

1359on at least five (5) separate occasions in 2007.

136816. Petitioner’s lump-sum bid quotations were accepted by

1376the employees at the FF&E Department. An Award Letter/Work

1385Order (AL/WO) for each quotation was issued to Petitioner by the

1396employees at the FF&E Department—AL/WO N1943E; AL/WO N1855E;

1404AL/WO N1940E; AL/WO N2066E; and AL/WO N2065E.

141117. The employees at the FF&E submitted the paperwork to

1421PMS for payment of the lump-sum quotations. Ms. Jones signed

1431the purchase orders submitted by the employees of the FF&E

1441Department, authorizing payment. PMS issued payment to

1448Petitioner for the lump-sum purchase orders of $6,400.00 each,

1458based upon the paperwork submitted by the FF&E Department.

1467Petitioner paid the designated person on each bid quote

1476$5,200.00 and retained the remainder.

148218. Mr. Morales, testified at hearing. He testified that,

1491in 2007, Petitioner was not receiving payment for services that

1501had been performed under ITB No. 062-EE10, Relocation of FF&E

1511because the director of the FF&E Department, Will Lopez, was

1521absent due to illness; that Petitioner was owed approximately

1530$100,000.00 under ITB No. 062-EE10, Relocation of FF&E, but was

1541not receiving payment; and that he (Mr. Morales) was being

1551informed by the FF&E Department that FF&E payment documents

1560required the approval of Mr. Lopez. Furthermore, Mr. Morales

1569testified that, at the time of the first request for the lump

1581sum quotation, he (Mr. Morales) was informed that the designated

1591person would perform the paperwork that was needed for

1600Petitioner to receive the payments. Mr. Morales’ testimony is

1609found to be credible. An inference is drawn and a finding of

1621fact is made that Mr. Morales agreed to submit the lump sum

1633requests in order to obtain monies for Petitioner, which, at

1643that time, Petitioner was not receiving from Respondent even

1652though Respondent had performed services under ITB No. 062-EE10,

1661Relocation of FF&E.

166419. Additionally, Mr. Morales testified that, when he

1672submitted the requested lump-sum bid quotations in 2007, that

1681was the first time that he had observed the requests containing

1692a designated person; and that, when he questioned the

1701designation, the employee at the FF&E Department informed him

1710that the FF&E Department needed assistance with the paperwork

1719required to process payments and that was the person who would

1730provide such assistance. His testimony is found to be credible.

174020. Mr. Morales further testified that, in all the other

1750jobs, he was required to place the name of his crew chief, or an

1764alternate person on the documents he submitted to the FF&E

1774Department in order not to delay payment; and that the crew

1785chief or alternate person would report to the school site at

1796which the school coordinator would inform the crew chief as to

1807what was to be done. However, Mr. Morales testified that, for

1818the 2007 lump sum quotations, time sheets were signed by the

1829crew chief, not the designated person; that no crew chief was

1840used for any of the relocation jobs; that he (Mr. Morales) would

1852pay the designated person, as an employee, based upon the hours

1863worked by the designated person at the rate of $32.00 per hour;

1875and that the balance of the money received from Respondent was

1886to be retained by him (Mr. Morales) for administration costs.

1896Mr. Morales also testified that for one of the designated

1906persons, Petitioner did not pay any monies to the designated

1916person, but to someone else. Mr. Morales’ testimony is found to

1927be credible, except as to paying monies for hours worked; as to

1939the designate person being employed by Petitioner for relocation

1948services; and as to administration costs representing the

1956balance of the monies retained by Petitioner.

196321. No furniture relocation services were performed by

1971Petitioner regarding AL/WO N1943E; AL/WO N1855E; AL/WO N1940E;

1979AL/WO N2066E; and AL/WO N2065E.

198422. A finding of fact is made that Petitioner knowingly

1994participated in the scheme with Respondent’s employees at the

2003FF&E Department.

200523. Ms. Jones filed a complaint with the Miami-Dade

2014Schools Police Department (M-DCPD), which performed an

2021investigation of the scheme. The investigation took many

2029months. Mr. Morales cooperated with the M-DCPD.

203624. Ms. Jones included Special Condition, paragraph

2043numbered 5 in ITB No. 062-HH10, Relocation of FF&E because of

2054the scheme.

205625. Special Conditions, paragraph numbered 5, was applied

2064to all vendors which had participated in the scheme.

207326. Petitioner was in the group of low bidders for ITB No.

2085062-HH10, Relocation of FF&E. However, Petitioner was not

2093considered for the award of the contract due to being non-

2104responsive as a result of being ineligible because of Special

2114Condition, paragraph numbered 5.

211827. All of the bidders for ITB No. 062-HH10, Relocation of

2129FF&E, who participated in the scheme, were found to be non-

2140responsive as a result of Special Condition, paragraph numbered

21495.

215028. Petitioner was not convicted of a criminal offense

2159involving the scheme.

216229. At all times material hereto, Petitioner was not

2171placed on the convicted vendor list.

217730. By registered letter dated August 14, 2008, Respondent

2186notified Petitioner that, even though Petitioner was in the

2195group of low bidders for ITB No. 062-HH10, Relocation of FF&E,

2206Petitioner was not being considered for the award of the

2216contract because Petitioner was non-responsive. Further,

2222Respondent indicated that Petitioner was non-responsive on the

2230basis of Special Condition, paragraph numbered 5.

223731. Petitioner timely filed a Petition of Protest,

2245protesting the intended action by the Respondent to disqualify

2254Petitioner from the award of the contract for ITB No. 062-HH10,

2265Relocation of FF&E.

2268CONCLUSIONS OF LAW

227132. The Division of Administrative Hearings has

2278jurisdiction over the subject matter of this proceeding and the

2288parties thereto pursuant to Section 120.569 and Subsections

2296120.57(1) and (3), Florida Statutes (2008).

230233. Subsection 120.57(3), Florida Statutes (2008),

2308provides in pertinent part:

2312(f) In a protest to an invitation to bid or

2322request for proposals procurement, no

2327submissions made after the bid or proposal

2334opening which amend or supplement the bid or

2342proposal shall be considered. . . . Unless

2350otherwise provided by statute, the burden of

2357proof shall rest with the party protesting

2364the proposed agency action. In a

2370competitive-procurement protest, other than

2374a rejection of all bids, proposals, or

2381replies, the administrative law judge shall

2387conduct a de novo proceeding to determine

2394whether the agency's proposed action is

2400contrary to the agency's governing statutes,

2406the agency's rules or policies, or the

2413solicitation specifications. The standard

2417of proof for such proceedings shall be

2424whether the proposed agency action was

2430clearly erroneous, contrary to competition,

2435arbitrary, or capricious. . . .

244134. Petitioner, as the protestor, has the burden of proof.

245135. Petitioner must sustain its burden of proof by a

2461preponderance of the evidence. Department of Transportation v.

2469J.W.C. Co., Inc. , 396 So. 2d 778, 787 (Fla. 1st DCA 1981);

2481§ 120.57(1)(j), Florida Statutes (2008).

248636. The hearing conducted by the undersigned was a de novo

2497hearing. § 120.57(3)(f), Florida Statutes (2008). The

2504definition of a de novo hearing in the context of the instant

2516case is found in State Contracting and Engineering Corporation

2525v. Department of Transportation , 709 So. 2d 607, 609 (Fla. 1st

2536DCA 1998):

2538In this context, the phrase " de novo

2545hearing" is used to describe a form of

2553intra-agency review. The [administrative

2557law] judge may receive evidence, as with any

2565formal hearing under section 120.57(1), but

2571the object of the proceeding is to evaluate

2579the action taken by the agency.

2585(citations omitted)

258737. Not only must Petitioner show that Respondent’s

2595proposed action is contrary to Respondent’s governing statutes,

2603rules or policies, or the bid or proposal specifications, but

2613Petitioner must also show, pursuant to the standard of proof,

2623that Respondent’s proposed action is clearly erroneous, contrary

2631to competition, arbitrary, or capricious.

263638. Petitioner failed to timely challenge the

2643specifications and, therefore, could not challenge the

2650specifications at hearing. Hence, any challenge presented at

2658this juncture is limited to substantive application of the

2667specifications. 1

266939. A decision is considered to be clearly erroneous when,

2679although evidence supports the decision, after review of the

2688entire record, the tribunal is left with the definite and firm

2699conviction that a mistake has been committed. U.S. v. U.S.

2709Gypsum Co. , 333 U.S. 364, 395, 68 S. Ct. 525, 542, 92 L. Ed.

2723746, 766 (1948). An agency’s decision is arbitrary if it is not

2735supported by facts or logic. See Agrico Chemical Company v.

2745State Department of Environmental Regulation , 365 So. 2d 759,

2754763 (Fla. 1st DCA 1978). An agency’s action is capricious if

2765the agency takes the action without thought or reason or with

2776irrationally. Id. An agency decision is contrary to

2784competition if it unreasonably interferes with the objectives of

2793competitive bidding. See Webster v. Belote , 103 Fla. 976, 138

2803So. 721, 723-34 (1931).

280740. An agency has wide discretion when it comes to

2817soliciting and accepting bids for public contracts, and an

2826agency’s decision, when based upon an honest exercise of such

2836discretion, will not be set aside even where it may appear

2847erroneous or if reasonable persons may disagree. Liberty County

2856v. Baxter’s Asphalt and Concrete, Inc. , 421 So. 2d 505, 507

2867(Fla. 1982); Baxter’s Asphalt and Concrete, Inc. v. Department

2876of Transportation , 475 So. 2d 1284, 1287 (Fla. 1st DCA 1985);

2887Capeletti Brothers, Inc. v. Department of General Services , 432

2896So. 2d 1359, 1363 (Fla. 1st DCA 1983).

290441. The evidence demonstrates that Petitioner was one of

2913the five lowest bidders, which had submitted bids on August 5,

29242008, for ITB No. 062-HH10, Relocation of FF&E.

293242. The evidence demonstrates that Respondent’s employees

2939in its FF&E Department participated in the scheme.

294743. The evidence demonstrates that Petitioner knowingly

2954participated in the scheme on at least five separate occasions

2964during the time period that Petitioner was rendering services to

2974Respondent under ITB No. 061-EE10, Relocation of FF&E.

2982Furthermore, the evidence demonstrates that Petitioner, within

2989the past three years prior to submitting its bid for ITB No.

3001062-HH10, Relocation of FF&E, had billed Respondent for work not

3011actually performed.

301344. The evidence demonstrates that Petitioner falls within

3021the requirements of Special Condition, paragraph numbered 5, of

3030ITB No. 062-HH10, Relocation of FF&E.

303645. The evidence demonstrates that Respondent applied

3043Special Condition, paragraph numbered 5, of ITB No. 062-HH10,

3052Relocation of FF&E to Petitioner and all bidders that

3061participated in the scheme. Furthermore, the evidence

3068demonstrates that Respondent considered Petitioner and all

3075bidders that participated in the scheme as ineligible and

3084disqualified.

308546. The evidence demonstrates that Petitioner failed to

3093meet all specifications and requirements of ITB No. 062-HH10,

3102Relocation of FF&E to be considered by Respondent for the award

3113of the bid.

311647. Based on the totality of the evidence presented,

3125Petitioner failed to meet its burden. The evidence fails to

3135demonstrate that Respondent’s intended action to find Petitioner

3143ineligible and disqualify Petitioner, under Special Condition,

3150paragraph numbered 5, for award of the contract for ITB No. 062-

3162HH10, Relocation of FF&E is in contradiction to any of

3172Respondent’s statutory or rule provisions, or policies, or

3180specifications. Furthermore, the evidence fails to demonstrate

3187that Respondent’s intended action to find Petitioner ineligible

3195and disqualify Petitioner, under Special Condition, paragraph

3202numbered 5, for award of the contract for ITB No. 062-HH10,

3213Relocation of FF&E is clearly erroneous, contrary to

3221competition, arbitrary, or capricious.

3225RECOMMENDATION

3226Based on the foregoing Findings of Fact and Conclusions of

3236Law, it is

3239RECOMMENDED that the Miami-Dade County School Board enter a

3248final order dismissing Morales Moving and Storage Company,

3256Inc.’s Petition of Protest.

3260DONE AND ENTERED this 1st day of May 2009, in Tallahassee,

3271Leon County, Florida.

3274___________________________________

3275ERROL H. POWELL

3278Administrative Law Judge

3281Division of Administrative Hearings

3285The DeSoto Building

32881230 Apalachee Parkway

3291Tallahassee, Florida 32399-3060

3294(850) 488-9675 SUNCOM 278-9675

3298Fax Filing (850) 921-6847

3302www.doah.state.fl.us

3303Filed with the Clerk of the

3309Division of Administrative Hearings

3313this 1st day of May, 2009.

3319ENDNOTE

33201/ A ruling to this effect was made, prior to hearing, by this

3333Administrative Law Judge by Order Regarding Striking and/or

3341Limiting Portions of Petition of Protest issued on November 13,

33512008.

3352COPIES FURNISHED:

3354Philip S. Vova, Esquire

3358The Law Office of Philip S. Vova, P.A.

33664000 Hollywood Boulevard, Suite 375 South

3372Fort Lauderdale, Florida 33021

3376Stephen L. Shochet, Esquire

3380Miami-Dade County School Board

33841450 Northeast Second Avenue, Suite 400

3390Miami, Florida 33132

3393Alberto M. Carvalho, Superintendent

3397Miami-Dade County School District

34011450 Northeast Second Avenue, No. 912

3407Miami, Florida 33132-1308

3410Deborah K. Kearney, General Counsel

3415Department of Education

3418Turlington Building, Suite 1244

3422325 West Gaines Street

3426Tallahassee, Florida 32399-0400

3429Dr. Eric J. Smith, Commissioner

3434Department of Education

3437Turlington Building, Suite 1514

3441325 West Gaines Street

3445Tallahassee, Florida 32399-0400

3448NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

3454All parties have the right to submit written exceptions within

346410 days from the date of this recommended order. Any exceptions

3475to this recommended order should be filed with the agency that

3486will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 06/02/2009
Proceedings: Agency Final Order
PDF:
Date: 06/02/2009
Proceedings: Final Order of the School Board of Miami-Dade County, Florida filed.
PDF:
Date: 05/01/2009
Proceedings: Recommended Order
PDF:
Date: 05/01/2009
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 05/01/2009
Proceedings: Recommended Order (hearing held January 22, 2009). CASE CLOSED.
PDF:
Date: 03/31/2009
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 03/31/2009
Proceedings: Petitioner`s Proposed Recommended Order filed.
PDF:
Date: 03/25/2009
Proceedings: Order Granting Extension of Time (Proposed Recommended Orders to be filed by March 31, 2009).
PDF:
Date: 03/23/2009
Proceedings: Motion to Enlarge Time to File Proposed Order filed.
PDF:
Date: 03/12/2009
Proceedings: Notice of Unavailability filed.
PDF:
Date: 03/05/2009
Proceedings: Notice of Filing Transcript.
Date: 03/04/2009
Proceedings: Transcript filed.
Date: 01/22/2009
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 01/20/2009
Proceedings: Joint Pre-hearing Stipulation filed.
PDF:
Date: 12/12/2008
Proceedings: Order Re-scheduling Hearing (hearing set for January 22 and 23, 2009; 9:00 a.m.; Miami, FL).
Date: 12/12/2008
Proceedings: CASE STATUS: Pre-Hearing Conference Held.
PDF:
Date: 11/24/2008
Proceedings: Response to Respondent`s Request for Production filed.
PDF:
Date: 11/24/2008
Proceedings: Notice of Filing Answers and Objections to Interrogatories filed.
PDF:
Date: 11/19/2008
Proceedings: Order Granting Continuance and Re-scheduling Hearing (hearing set for December 18 and 19, 2008; 9:00 a.m.; Miami, FL).
PDF:
Date: 11/18/2008
Proceedings: Joint Motion for Continuance of Hearing Date filed.
PDF:
Date: 11/13/2008
Proceedings: Order Regarding Striking and/or Limiting Portions of Petition of Protest.
PDF:
Date: 10/24/2008
Proceedings: Notice of Service of Respondent`s First Set of Interrogatories and First Request for Production to the Petitioner filed.
PDF:
Date: 10/15/2008
Proceedings: Petitioner`s Response to Respondent`s Motion for Recommended Order Striking and/or Limiting Proceedings Regarding Portions of the Petition of Protest filed.
PDF:
Date: 10/06/2008
Proceedings: Request for Production filed.
PDF:
Date: 10/06/2008
Proceedings: Notice of Service of Interrogatories to Respondent filed.
PDF:
Date: 10/03/2008
Proceedings: Respondent School Board`s Motion for Recommended Order Striking and/or Limiting Proceedings Regarding Portions of the Petition of Protest filed.
PDF:
Date: 09/29/2008
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 09/29/2008
Proceedings: Notice of Hearing (hearing set for November 24 and 25, 2008; 9:00 a.m.; Miami, FL).
PDF:
Date: 09/29/2008
Proceedings: Order Regarding Waiver of 30-Day Hearing Requirement.
Date: 09/26/2008
Proceedings: CASE STATUS: Pre-Hearing Conference Held.
PDF:
Date: 09/12/2008
Proceedings: Notice of Filing Bond for Petition of Protest for BID No. 062-HH10 filed.
PDF:
Date: 09/12/2008
Proceedings: Request for Hearing on Petition of Protest for BID No. 062-HH10 filed.
PDF:
Date: 09/12/2008
Proceedings: Notice of Appearance (filed by P. Vova).
PDF:
Date: 09/12/2008
Proceedings: Letter to R. Morales from B. Jones regarding BID Qualifications filed.
PDF:
Date: 09/12/2008
Proceedings: Petition of Protest for BID No. 062-HH10-Relocation of Furniture, Fixtures and Equipment filed.
PDF:
Date: 09/12/2008
Proceedings: Agency referral filed.

Case Information

Judge:
ERROL H. POWELL
Date Filed:
09/12/2008
Date Assignment:
09/12/2008
Last Docket Entry:
06/02/2009
Location:
Miami, Florida
District:
Southern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (1):

Related Florida Statute(s) (4):