10-000134BID Sunshine Towing At Broward, Inc. vs. Department Of Transportation
 Status: Closed
Recommended Order on Tuesday, April 6, 2010.


View Dockets  
Summary: Respondent's intended decision to award contract for towing and emergency roadside services to a corporation whose proposal suffered from a minor irregularity was not clearly erroneous, arbitary or capricious, or contrary to competion.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8SUNSHINE TOWING @ BROWARD, )

13INC., )

15)

16Petitioner, )

18)

19vs. ) Case No. 10-0134BID

24)

25DEPARTMENT OF TRANSPORTATION, )

29) )

31Respondent, )

33)

34and )

36)

37ANCHOR TOWING AND MARINE OF )

43BROWARD, INC., )

46)

47Intervenor.

48)

49RECOMMENDED ORDER

51This case came before Administrative Law Judge John G.

60Van Laningham for final hearing on February 22, 2010, in Fort

71Lauderdale, Florida.

73APPEARANCES

74For Petitioner: Mitchell A. Bierman, Esquire

80Matthew H. Mandel, Esquire

84Weiss Serota Helfman Pastoriza

88Cole & Boniske, P.L.

922525 Ponce de Leon Boulevard

97Suite 700

99Coral Gables, Florida 33134-6045

103For Respondent: C. Denise Johnson, Esquire

109Department of Transportation

112Haydon Burns Building, Mail Station 58

118605 Suwannee Street

121Tallahassee, Florida 32399-0450

124For Intervenor: Miguel A. De Grandy, Esquire

131Miguel De Grandy, P.A.

135Douglas Entrance

137800 Douglas Road, Suite 850

142Coral Gables, Florida 33134

146Stephen M. Cody, Esquire

150Stephen Cody, P.A.

15316610 Southwest 82 Court

157Palmetto Bay, Florida 33157

161STATEMENT OF THE ISSUES

165The issues in this bid protest are, first, whether, as

175Petitioner alleges, Intervenor's failure to attach copies of

"183occupational licenses" to its proposal was a deviation from the

193requirements of the Request for Proposal; second, whether any

202such deviation was material; and third, whether Respondent's

210preliminary decision to award Intervenor the contract at issue

219was clearly erroneous, arbitrary or capricious, or contrary to

228competition.

229PRELIMINARY STATEMENT

231On September 18, 2009, Respondent Department of

238Transportation issued Request for Proposal No. RFP-DOT-09/10-

2454007FS for the purpose of soliciting proposals on a contract for

256towing and emergency roadside services. The Department received

264four proposals, including one from Petitioner and one from

273Intervenor. On November 30, 2009, the Department announced its

282intent to award the subject contract to Intervenor, whose

291proposal, though slightly more expensive than Petitioner's, had

299received the highest total score during the evaluation.

307Petitioner filed a formal written protest of the intended

316award on December 10, 2009, alleging that Intervenor's proposal

325should be rejected as nonresponsive. The case was referred to

335the Division of Administrative Hearings ("DOAH"), where the

345protest petition was filed January 12, 2010. Several days

354later, the undersigned granted Intervenor's Petition to

361Intervene on the side of Respondent.

367The final hearing took place on February 22, 2010, as

377scheduled with the agreement of the parties. At hearing, the

387parties stipulated to a number of facts as set forth in their

399Joint Pre-Hearing Statement.

402In its case, Petitioner elicited testimony from Fernicia

410Smart, who was the Department's purchasing agent for the instant

420procurement. In addition, Petitioner's Exhibits 1-9, 11, and

42813-15 were received in evidence. The Department presented the

437testimony of Gaetano Francese, the project manager, and offered

446no exhibits. Intervenor called one witness: Ann Margaret

454Ramos, one of Petitioner's principals. Intervenor also

461introduced Intervenor's Exhibits 5, 6, and 8, which were

470admitted. Finally, at Intervenor's request, the undersigned

477took official recognition of the Amended Recommended Order

485entered in Sunshine Towing, Inc. v. Department of Transportation

494and Anchor Towing, Inc. , DOAH Case No. 06-2451BID, 2006 Fla.

504Div. Adm. Hear. LEXIS 550 (Fla.Div.Admin.Hrgs. Nov. 27, 2006).

513The final hearing transcript was filed on March 10, 2010,

523making the Proposed Recommended Orders due on March 22, 2010,

533pursuant to the schedule established at the conclusion of the

543final hearing. Each party timely filed a Proposed Recommended

552Order. All of the parties' post-hearing submissions were

560carefully considered during the preparation of this Recommended

568Order.

569Unless otherwise indicated, citations to the Florida

576Statutes refer to the 2009 Florida Statutes.

583FINDINGS OF FACT

5861. On September 18, 2009, Respondent Department of

594Transportation ("Department") issued Request for Proposal No.

603RFP-DOT-09/10-4007FS (the "RFP"). Through the RFP, which is

612entitled, "Treasure Coast Road Ranger Service Patrol," the

620Department solicited written proposals from qualified providers

627who would be willing and able to perform towing and emergency

638roadside services on Interstate 95 in Martin County, St. Lucie

648County, and Indian River County.

6532. The Department intended to award a three-year contract

662to the "responsive and responsible Proposer whose proposal is

671determined to be the most advantageous to the Department." The

681Department anticipated that the contract would have a term

690beginning on December 1, 2009, and ending on November 31, 2012.

701The annual contract price was not to exceed $1.59 million.

711Proposals were due on October 13, 2009.

7183. Four firms timely submitted proposals in response to

727the RFP, including Petitioner Sunshine Towing @ Broward, Inc.

736("Sunshine") and Intervenor Anchor Towing and Marine of Broward,

747Inc. ("Anchor"). An evaluation ensued, pursuant to a process

758described in the RFP, during which the Department rejected two

768of the four proposals for failing to meet minimum requirements

778relating to technical aspects of the project. As a result,

788Sunshine and Anchor emerged as the only competitors eligible for

798the award.

8004. Sunshine offered to perform the contractual services

808for an annual price of $1,531,548. This sum was less than the

822price that Anchor proposed by $46,980 per year. Despite

832Sunshine's lower cost, Anchor nevertheless edged Sunshine in the

841final score, receiving 92.86 points (out of 100) from the

851Department's evaluators, to Sunshine's 87.75. On November 30,

8592009, the Department duly notified the public of its intent to

870award the contract to Anchor.

8755. Sunshine promptly initiated the instant protest,

882whereby Sunshine seeks to have Anchor's proposal disqualified as

891nonresponsive, in hopes that the Department will then award the

901contract to Sunshine as the highest-ranked (indeed the sole)

910responsive proposer. Sunshine alleges that Anchor's proposal

917failed to conform strictly to the specifications of the RFP,

927principally because Anchor did not attach copies of its

"936occupational licenses" to the proposal. Anchor insists that

944its proposal was responsive but argues, alternatively, that if

953its proposal deviated from the specifications, the deviation was

962merely a minor irregularity which the Department could waive.

971Anchor further contends that Sunshine's proposal contains

978material deviations for which it should be deemed nonresponsive.

987The Department takes the position that Anchor's failure to

996attach "occupational licenses" was a minor irregularity that

1004could be (and was) waived. 1

10106. The RFP includes a "Special Conditions" section wherein

1019the specifications at the heart of this dispute are located. Of

1030particular interest is Special Condition No. 8, which specifies

1039the qualifications a provider must have to be considered

1048qualified to perform the services called for under the contract

1058to be awarded. Special Condition No. 8 provides as follows:

10688) QUALIFICATIONS

10708.1 General

1072The Department will determine whether the

1078Proposer is qualified to perform the

1084services being contracted based upon their

1090proposal demonstrating satisfactory

1093experience and capability in the work area.

1100The Proposer shall identify necessary

1105experienced personnel and facilities to

1110support the activities associated with this

1116proposal.

11178.2 Qualifications of Key Personnel

1122Those individuals who will be directly

1128involved in the project should have

1134demonstrated experience in the areas

1139delineated in the scope of work.

1145Individuals whose qualifications are

1149presented will be committed to the project

1156for its duration unless otherwise excepted

1162by the Department's Project Manager. Where

1168State of Florida registration or

1173certification is deemed appropriate, a copy

1179of the registration or certificate should be

1186included in the proposal package.

11918.3 Authorized To Do Business in the State

1199of Florida

1201In accordance with sections 607.1501,

1206608.501, and 620.169, Florida Statutes,

1211foreign corporations, foreign limited

1215liability companies, and foreign limited

1220partnerships must be authorized to do

1226business in the State of Florida. Such

1233authorization should be obtained by the

1239proposal due date and time, but in any case,

1248must be obtained prior to the posting of the

1257intended award of the contact. For

1263authorization, [contact the Florida

1267Department of State].[ 2 ]

12728.4 Licensed to Conduct Business in the

1279State of Florida

1282If the business being provided requires that

1289individuals be licensed by the Department of

1296Business and Professional Regulation, such

1301licenses should be obtained by the proposal

1308due date and time, but in any case, must be

1318obtained prior to the posting of the

1325intended award of the contract. For

1331licensing, [contact the Florida Department

1336of Business and Professional Regulation].

13418.5 References and experience must entail a

1348minimum of three (3) years of experience in

1356the towing industry in Florida.

1361NOTE: Copies of occupational licenses must

1367also be attached to the back of Form 'F'.

1376(Boldface in original.)

13797. Special Condition No. 19, which defines the term

"1388responsive proposal," provides as follows:

139319) RESPONSIVENESS OF PROPOSALS

139719.1 Responsiveness of Proposals

1401Proposals will not be considered if not

1408received by the Department on or before the

1416date and time specified as the due date for

1425submission.

1426All proposals must be typed or printed in

1434ink. A responsive proposal is an offer to

1442perform the scope of services called for in

1450this Request for Proposal in accordance with

1457all the requirements of this Request for

1464Proposal and receiving fifty (50) points or

1471more on the Technical Proposal .[ 3 ]

1479Proposals found to be non-responsive shall

1485not be considered.

1488Proposals may be rejected if found to be

1496irregular or not in conformance with the

1503requirements and instructions herein

1507contained. A proposal may be found to be

1515irregular or non-responsive by reasons that

1521include, but are not limited to, failure to

1529utilize or complete prescribed forms,

1534conditional proposals, incomplete proposals,

1538indefinite or ambiguous proposals, and

1543improper and/or undated signatures.

1547(Emphasis and boldface in original.)

15528. In the "General Instructions to Respondents" section of

1561the RFP there appears the following reservation of rights:

157016. Minor Irregularities/Right to Reject.

1575The Buyer reserves the right to accept or

1583reject any and all bids, or separable

1590portions thereof, and to waive any minor

1597irregularity, technicality, or omission if

1602the Buyer determines that doing so will

1609serve the State's best interests. The Buyer

1616may reject any response not submitted in the

1624manner specified by the solicitation

1629documents.

16309. Anchor did not attach copies of any "occupational

1639licenses" to the back of Form 'F' in its proposal. Anchor

1650contends that it did not need to attach such licenses because

1661none exists. This position is based on two undisputed facts:

1671(1) The Florida Department of Business and Professional

1679Regulation ("DBPR") does not regulate the business of providing

1690towing and emergency roadside assistance; therefore, neither

1697Anchor nor Sunshine held (or could hold) a state-issued license

1707to operate, and neither company fell under DBPR's regulatory

1716jurisdiction. (2) The instrument formerly known as an

"1724occupational license," which local governments had issued for

1732decades, not for regulatory purposes but as a means of raising

1743revenue, is presently called (at least formally) a "business tax

1753receipt," after the Florida Legislature, in 2006, amended

1761Chapter 205 of the Florida Statutes, changing the name of that

1772law from the "Local Occupational License Tax Act" to the "Local

1783Business Tax Act." See 2006 Fla. Laws ch. 152.

179210. Sunshine asserts that the terms "occupational license"

1800and "business tax receipt" are synonymous and interchangeable,

1808and that the RFP required each offeror to attach copies of its

1820occupational licenses/business tax receipts to the proposal.

1827Sunshine insists that Anchor's failure to do so constituted a

1837material deviation from the specifications because, without such

1845documentation, the Department could not be sure whether an

1854offeror was authorized to do business in any given locality.

186411. Sunshine presses this argument a step further based on

1874some additional undisputed facts. As it happened, at the time

1884the proposals were opened, Anchor held a local business tax

1894receipt from the City of Pembroke Pines, which is the

1904municipality in which Anchor maintains its principal place of

1913business. Anchor had not, however, paid local business taxes to

1923Broward County when they became due, respectively, on July 1,

19332008, and July 1, 2009. Anchor corrected this problem on

1943December 14, 2009, which was about two weeks after the

1953Department had posted notice of its intent to award Anchor the

1964contract, paying Broward County a grand total of $248.45 in back

1975taxes, collection costs, and late penalties. As of this

1984writing, all of Anchor's local business tax obligations are paid

1994in full.

199612. Sunshine contends, however, that during the period of

2005time that Anchor's Broward County business taxes were

2013delinquent, Anchor was not authorized to do business in Broward

2023County and hence was not a "responsible" proposer eligible for

2033award of the contract. In support of this proposition, Sunshine

2043relies upon Section 20-15 of the Broward County, Florida, Code

2053of Ordinances ("Broward Code"), which states:

2061Pursuant to the authority granted by Chapter

2068205, Florida Statutes, no person shall

2074engage in or manage any business, profession

2081or occupation, as the same are contemplated

2088by Chapter 205, Florida Statutes, unless

2094such person first obtains a business tax

2101receipt as required by this article, unless

2108other exempt from this requirement . . . .

211713. On this latter point regarding Anchor's authority to

2126operate in Broward County, Sunshine appears to be correct, at

2136least in a narrow legal sense. It is abundantly clear, however,

2147and the undersigned finds, that, as a matter of fact, Anchor was

2159never in any danger of being shut down by the county. Indeed,

2171even under the strict letter of the local law, Anchor was

2182entitled to continue operating in Broward County unless and

2191until the county took steps to compel the payment of the

2202delinquent taxes. Broward Code Section 20-22, which deals with

2211the enforcement of the business tax provisions, provides:

2219Whenever any person who is subject to the

2227payment of a business tax or privilege tax

2235provided by this article shall fail to pay

2243the same when due, the tax collector, within

2251three (3) years from the due date of the

2260tax, may issue a warrant directed to the

2268Broward County Sheriff, commanding him/her

2273to levy upon and sell any real or personal

2282property of such person liable for said tax

2290for the amount thereof and the cost of

2298executing the warrant and to return such

2305warrant to the tax collector and to pay

2313him/her the money collected by virtue

2319thereof within sixty (60) days from the date

2327of the warrant. . . . The tax collector

2336may file a copy of the warrant with the

2345Clerk of the Circuit Court of Broward

2352County[, which shall be recorded in the

2359public records and thereby] become a lien

2366for seven (7) years from the due date of the

2376tax. . . . Any person subject to, and who

2386fails to pay, a business tax or privilege

2394tax required by this article, shall, on

2401petition of the tax collector, be enjoined

2408by the Circuit Court from engaging in the

2416business for which he/she has failed to pay

2424said business tax, until such time as he/she

2432shall pay the same with costs of such

2440action.

244114. There is no evidence suggesting that the county ever

2451sought to enjoin, or that a court ever issued an injunction

2462prohibiting, Anchor from engaging in business, nor does it

2471appear, based on the evidence, that a tax warrant ever was

2482issued, filed, or executed to force Anchor to pay its back

2493taxes. Given the relatively small amount of tax due, the

2503likelihood of such enforcement actions being taken must

2511reasonably be reckoned as slim to none. While paying taxes when

2522due is certainly the obligation of a good corporate citizen, it

2533would not be reasonable, based on the facts established in this

2544case, to infer that Anchor is a scofflaw for failing to timely

2556pay a local tax amounting to about $80 per year. Anchor, in

2568short, was a responsible proposer.

257315. Sunshine's other argument has more going for it. The

2583RFP clearly and unambiguously mandated that "occupational

2590licenses" be attached to a proposal. If, as Sunshine maintains,

2600the terms "occupational license" and "business tax receipt" are

2609clearly synonymous, then Anchor's proposal was noncompliant.

261616. For reasons that will be explained below, however, the

2626undersigned has concluded, as a matter of law, that the term

"2637occupational license" does not unambiguously denote a "business

2645tax receipt"——at least not in the context of Special Condition

2656No. 8. The specification, in other words, is ambiguous.

266517. No one protested the specification or otherwise sought

2674clarification of the Department's intent. The evidence shows,

2682and the undersigned finds, that the Department understood and

2691intended the term "occupational license" to mean the instrument

2700now known as a "business tax receipt." The Department simply

2710used the outdated name, as many others probably still do, owing

2721to that facet of human nature captured by the expression, "old

2732habits die hard."

273518. The Department's interpretation of the ambiguous

2742specification is not clearly erroneous and therefore should not

2751be disturbed in this proceeding. Based on the Department's

2760interpretation of Special Condition No. 8, the undersigned finds

2769that Anchor's failure to attach copies of its occupational

2778licenses was a deviation from the requirements of the RFP.

278819. That is not the end of the matter, however, for a

2800deviation is not necessarily disqualifying unless it is found to

2810be material. The letting authority may, in the exercise of

2820discretion, choose to waive a minor irregularity if doing so

2830will not compromise the integrity and fairness of the

2839competition.

284020. There is no persuasive direct evidence in the record

2850that the Department made a conscious decision to waive the

2860irregularity in Anchor's proposal. Documents in the

2867Department's procurement file show, however, that the Department

2875knew that Anchor's proposal lacked copies of occupational

2883licenses, and in any event this was a patent defect, inasmuch as

2895nothing was attached to the back of Anchor's Form 'F'. It is

2907therefore reasonable to infer that the Department elected to

2916waive the irregularity, and the undersigned so finds.

2924Necessarily implicit in the Department's action (waiving the

2932deficiency) is an agency determination that that the

2940irregularity was a minor one.

294521. The question of whether or not Anchor's noncompliance

2954with Special Condition No. 8 was material is fairly debatable.

2964Ultimately, however, the undersigned is unable to find, for

2973reasons more fully developed below, that the Department's

2981determination in this regard was clearly erroneous. Because the

2990Department's determination was not clearly erroneous, the

2997undersigned accepts that Anchor's failure to submit occupational

3005licenses was a minor irregularity, which the Department could

3014waive.

301522. The Department's decision to waive the minor

3023irregularity is entitled to great deference and should be upheld

3033unless it was arbitrary or capricious. The undersigned cannot

3042say that waiving the deficiency in question was illogical,

3051despotic, thoughtless, or otherwise an abuse of discretion; to

3060the contrary, once it has been concluded that the irregularity

3070is minor and immaterial, as the Department not incorrectly did

3080here, waiver seems the reasonable and logical course of action.

309023. The upshot is that the proposed award to Anchor should

3101be allowed to stand.

310524. The foregoing determination renders moot the disputed

3113issues of fact arising from Anchor's allegation that Sunshine's

3122proposal was nonresponsive. It is unnecessary, therefore, for

3130the undersigned to make additional findings on that subject.

3139CONCLUSIONS OF LAW

314225. DOAH has personal and subject matter jurisdiction in

3151this proceeding pursuant to Sections 120.569, 120.57(1), and

3159120.57(3), Florida Statutes, and the parties have standing.

316726. Pursuant to Section 120.57(3)(f), Florida Statutes,

3174the burden of proof rests with the party opposing the proposed

3185agency action, here Sunshine. See State Contracting and

3193Engineering Corp. v. Department of Transp. , 709 So. 2d 607, 609

3204(Fla. 1st DCA 1998). Sunshine must sustain its burden of proof

3215by a preponderance of the evidence. Florida Dep't of Transp. v.

3226J.W.C. Co., Inc ., 396 So. 2d 778, 787 (Fla. 1st DCA 1981).

323927. Section 120.57(3)(f), Florida Statutes, spells out the

3247rules of decision applicable in bid protests. In pertinent

3256part, the statute provides:

3260In a competitive-procurement protest, other

3265than a rejection of all bids, the

3272administrative law judge shall conduct a de

3279novo proceeding to determine whether the

3285agency's proposed action is contrary to the

3292agency's governing statutes, the agency's

3297rules or policies, or the bid or proposal

3305specifications. The standard of proof for

3311such proceedings shall be whether the

3317proposed agency action was clearly

3322erroneous, contrary to competition,

3326arbitrary, or capricious.

332928. The First District Court of Appeal has construed the

3339term "de novo proceeding," as used in Section 120.57(3)(f),

3348Florida Statutes, to "describe a form of intra-agency review.

3357The judge may receive evidence, as with any formal hearing under

3368section 120.57(1), but the object of the proceeding is to

3378evaluate the action taken by the agency." State Contracting ,

3387709 So. 2d at 609. In deciding State Contracting , the court

3398followed Intercontinental Properties, Inc. v. State Dep't of

3406Health and Rehabilitative Services , 606 So. 2d 380, 386 (Fla.

34161st DCA 1992), an earlier decision——it predates the present

3425version of the bid protest statute——in which the court had

3435reasoned:

3436Although the hearing before the hearing

3442officer was a de novo proceeding, that

3449simply means that there was an evidentiary

3456hearing during which each party had a full

3464and fair opportunity to develop an

3470evidentiary record for administrative review

3475purposes. It does not mean, as the hearing

3483officer apparently thought, that the hearing

3489officer sits as a substitute for the

3496Department and makes a determination whether

3502to award the bid de novo. Instead, the

3510hearing officer sits in a review capacity,

3517and must determine whether the bid review

3524criteria . . . have been satisfied.

353129. In framing the ultimate issue to be decided in this de

3543novo proceeding as being "whether the agency's proposed action

3552is contrary to the agency's governing statutes, the agency's

3561rules or policies, or the bid or proposal specifications," the

3571statute effectively establishes a standard of conduct for the

3580agency, which is that, in soliciting, evaluating, and accepting

3589bids or proposals, the agency must obey its governing statutes,

3599rules, and the project specifications. If the agency breaches

3608this standard of conduct, its proposed action is subject to

3618(recommended) reversal by the administrative law judge in a

3627protest proceeding.

362930. Consequently, the party protesting the intended award

3637must identify and prove, by the greater weight of the evidence,

3648a specific instance or instances where the agency's conduct in

3658taking its proposed action was either: (a) contrary to the

3668agency's governing statutes; (b) contrary to the agency's rules

3677or policies; or (c) contrary to the bid or proposal

3687specifications.

368831. It is not sufficient, however, for the protester to

3698prove merely that the agency violated the general standard of

3708conduct. By virtue of the applicable standards of "proof,"

3717which are best understood as standards of review, 4 the protester

3728additionally must establish that the agency's misstep was: (a)

3737clearly erroneous; (b) contrary to competition; or (c) an abuse

3747of discretion.

374932. The three review standards mentioned in the preceding

3758paragraph are markedly different from one another. The abuse of

3768discretion standard, for example, is more deferential (or

3776narrower) than the clearly erroneous standard. The bid protest

3785review process thus necessarily entails a decision or decisions

3794regarding which of the several standards of review to use in

3805evaluating a particular action. To do this requires that the

3815meaning and applicability of each standard be carefully

3823considered.

382433. The clearly erroneous standard is generally applied in

3833reviewing a lower tribunal's findings of fact. In Anderson v.

3843City of Bessemer City, N.C. , 470 U.S. 564, 573-74, 105 S. Ct.

38551504, 1511, 84 L. Ed. 2d 518, 528 (1985), the United States

3867Supreme Court expounded on the meaning of the phrase "clearly

3877erroneous," explaining:

3879Although the meaning of the phrase "clearly

3886erroneous" is not immediately apparent,

3891certain general principles governing the

3896exercise of the appellate court's power to

3903overturn findings of a [trial] court may be

3911derived from our cases. The foremost of

3918these principles . . . is that "[a] finding

3927is 'clearly erroneous' when although there

3933is evidence to support it, the reviewing

3940court on the entire evidence is left with

3948the definite and firm conviction that a

3955mistake has been committed." . . . . This

3964standard plainly does not entitle a

3970reviewing court to reverse the finding of

3977the trier of fact simply because it is

3985convinced that it would have decided the

3992case differently. The reviewing court

3997oversteps the bounds of its duty . . . if it

4008undertakes to duplicate the role of the

4015lower court. "In applying the clearly

4021erroneous standard to the findings of a

4028[trial] court sitting without a jury,

4034appellate courts must constantly have in

4040mind that their function is not to decide

4048factual issues de novo. " . . . . If the

4058[trial] court's account of the evidence is

4065plausible in light of the record viewed in

4073its entirety, the court of appeals may not

4081reverse it even though convinced that had it

4089been sitting as the trier of fact, it would

4098have weighed the evidence differently.

4103Where there are two permissible views of the

4111evidence, the factfinder's choice between

4116them cannot be clearly erroneous. . . . .

4125(Citations omitted)(emphasis added).

412834. The Florida Supreme Court has used somewhat different

4137language to give this standard essentially the same meaning:

4146A finding of fact by the trial court in a

4156non-jury case will not be set aside on

4164review unless there is no substantial

4170evidence to sustain it, unless it is clearly

4178against the weight of the evidence, or

4185unless it was induced by an erroneous view

4193of the law. A finding which rests on

4201conclusions drawn from undisputed evidence,

4206rather than on conflicts in the testimony,

4213does not carry with it the same

4220conclusiveness as a finding resting on

4226probative disputed facts, but is rather in

4233the nature of a legal conclusion. . . . .

4243When the appellate court is convinced that

4250an express or inferential finding of the

4257trial court is without support of any

4264substantial evidence, is clearly against the

4270weight of the evidence or that the trial

4278court has misapplied the law to the

4285established facts, then the decision is

4291'clearly erroneous' and the appellate court

4297will reverse because the trial court has

4304'failed to give legal effect to the

4311evidence' in its entirety.

4315Holland v. Gross , 89 So. 2d 255, 258 (Fla. 1956)(citation

4325omitted).

432635. Because administrative law judges are the triers of

4335fact charged with resolving disputed issues of material fact

4344based upon the evidence presented at hearing, and because bid

4354protests are fundamentally de novo proceedings, the undersigned

4362is not required to defer to the letting authority in regard to

4374any findings of objective historical fact that might have been

4384made in the run-up to preliminary agency action. It is

4394exclusively the administrative law judge's responsibility, as

4401the trier of fact, to ascertain from the competent, substantial

4411evidence in the record what actually happened in the past or

4422what reality presently exists, as if no findings previously had

4432been made.

443436. If, however, the challenged agency action involves an

4443ultimate factual determination——for example, an agency's

4449conclusion that a proposal's departure from the project

4457specifications was a minor irregularity as opposed to a material

4467deviation——then some deference is in order, according to the

4476clearly erroneous standard of review. 5 To prevail on an

4486objection to an ultimate finding, therefore, the protester must

4495substantially undermine the factual predicate for the agency’s

4503conclusion or convince the judge that a defect in the agency's

4514logic led it unequivocally to commit a mistake.

452237. There is another species of agency action that also is

4533entitled to review under the clearly erroneous standard:

4541interpretations of statutes for whose administration the agency

4549is responsible, and interpretations of the agency's own rules.

4558See State Contracting and Engineering Corp. v. Department of

4567Transp. , 709 So. 2d 607, 610 (Fla. 1st DCA 1998). In deference

4579to the agency's expertise, such interpretations will not be

4588overturned unless clearly erroneous. Id. 6

459438. This means that if the protester objects to the

4604proposed agency action on the ground that it violates either a

4615governing statute within the agency's substantive jurisdiction

4622or the agency's own rule, and if, further, the validity of the

4634objection turns on the meaning, which is in dispute, of the

4645subject statute or rule, then the agency's interpretation should

4654be accorded deference; the challenged action should stand unless

4663the agency's interpretation is clearly erroneous (assuming the

4671agency acted in accordance therewith).

467639. The same standard of review also applies, in a protest

4687following the announcement of an intended award, with regard to

4697preliminary agency action taken upon the agency's interpretation

4705of the project specifications——but for a reason other than

4714deference to agency expertise. Section 120.57(3)(b), Florida

4721Statutes, provides a remedy for badly written or ambiguous

4730specifications: they may be protested within 72 hours after the

4740posting of the specifications. The failure to avail oneself of

4750this remedy results in a waiver of the right to complain about

4762the specifications per se.

476640. Consequently, if the dispute in a protest challenging

4775a proposed award turns on the interpretation of an ambiguous,

4785vague, or unreasonable specification, which could have been

4793corrected or clarified prior to acceptance of the bids or

4803proposals had a timely specifications protest been brought, and

4812if the agency has acted thereafter in accordance with a

4822permissible interpretation of the specification ( i.e. one that

4831is not clearly erroneous), then the agency's intended action

4840should be upheld——not out of deference to agency expertise, but

4850as a result of the protester's waiver of the right to seek

4862relief based on a faulty specification. 7

486941. The statute requires that agency action (in violation

4878of the applicable standard of conduct) which is "arbitrary, or

4888capricious" be set aside. Earlier, the phrase "arbitrary, or

4897capricious" was equated with the abuse of discretion standard,

4906see endnote 4, supra , because the concepts are practically

4915indistinguishable——and because use of the term "discretion"

4922serves as a useful reminder regarding the kind of agency action

4933reviewable under this highly deferential standard.

493942. It has been observed that an arbitrary decision is one

4950that is not supported by facts or logic, or is despotic. Agrico

4962Chemical Co. v. State Dep't of Environmental Regulation , 365 So.

49722d 759, 763 (Fla. 1st DCA 1978), cert. denied , 376 So. 2d 74

4985(Fla. 1979). Thus, under the arbitrary or capricious standard,

"4994an agency is to be subjected only to the most rudimentary

5005command of rationality. The reviewing court is not authorized

5014to examine whether the agency's empirical conclusions have

5022support in substantial evidence." Adam Smith Enterprises, Inc.

5030v. State Dep't of Environmental Regulation , 553 So. 2d 1260,

50401273 (Fla. 1st DCA 1989). Nevertheless,

5046the reviewing court must consider whether

5052the agency: (1) has considered all relevant

5059factors; (2) has given actual, good faith

5066consideration to those factors; and (3) has

5073used reason rather than whim to progress

5080from consideration of each of these factors

5087to its final decision.

5091Id.

509243. The second district framed the "arbitrary or

5100capricious" review standard in these terms: "If an

5108administrative decision is justifiable under any analysis that a

5117reasonable person would use to reach a decision of similar

5127importance, it would seem that the decision is neither arbitrary

5137nor capricious." Dravo Basic Materials Co., Inc. v. State Dep't

5147of Transp. , 602 So. 2d 632, 634 n.3 (Fla. 2d DCA 1992). As the

5161court observed, this "is usually a fact-intensive

5168determination." Id. at 634.

517244. Compare the foregoing "arbitrary or capricious"

5179analysis with the test for reviewing discretionary decisions:

"5187Discretion, in this sense, is abused when

5194the judicial action is arbitrary, fanciful,

5200or unreasonable, which is another way of

5207saying that discretion is abused only where

5214no reasonable man would take the view

5221adopted by the trial court. If reasonable

5228men could differ as to the propriety of the

5237action taken by the trial court, then it

5245cannot be said that the trial court abused

5253its discretion."

5255Canakaris v. Canakaris , 382 So. 2d 1197, 1203 (Fla. 1980),

5265quoting Delno v. Market St. Ry. Co. , 124 F.2d 965, 967 (9th Cir.

52781942). Further,

5280[t]he trial court's discretionary power is

5286subject only to the test of reasonableness,

5293but that test requires a determination of

5300whether there is logic and justification for

5307the result. The trial courts' discretionary

5313power was never intended to be exercised in

5321accordance with whim or caprice of the judge

5329nor in an inconsistent manner. Judges

5335dealing with cases essentially alike should

5341reach the same result. Different results

5347reached from substantially the same facts

5353comport with neither logic nor

5358reasonableness.

5359Canakaris , 382 So. 2d at 1203.

536545. Whether the standard is called "arbitrary or

5373capricious" or "abuse of discretion," the scope of review, which

5383demands maximum deference, is the same. Clearly, then, the

5392narrow "arbitrary or capricious" standard of review cannot

5400properly be applied in evaluating all agency actions that might

5410be challenged in a bid protest; rather, this highly deferential

5420standard appropriately applies only to those decisions which are

5429committed to the agency's discretion.

543446. Therefore, where the protester objects to agency

5442action that entails the exercise of discretion, but only in such

5453instances, the objection cannot be sustained unless the agency

5462abused its discretion, i.e. acted arbitrarily or capriciously.

547047. The third standard of review articulated in Section

5479120.57(3)(f) is unique to bid protests. The "contrary to

5488competition" test is a catch-all which applies to agency actions

5498that do not turn on the interpretation of a statute or rule, do

5511not involve the exercise of discretion, and do not depend upon

5522(or amount to) a determination of ultimate fact.

553048. Although the contrary to competition standard, being

5538unique to bid protests, is less well defined than the other

5549review standards, the undersigned concludes that the set of

5558proscribed actions should include, at a minimum, those which:

5567(a) create the appearance of and opportunity for favoritism; (b)

5577erode public confidence that contracts are awarded equitably and

5586economically; (c) cause the procurement process to be genuinely

5595unfair or unreasonably exclusive; or (d) are unethical,

5603dishonest, illegal, or fraudulent. See , e.g. , R. N. Expertise,

5612Inc. v. Miami-Dade County School Bd., et al. , Case No. 01-

56232663BID, 2002 Fla. Div. Adm. Hear. LEXIS 163 , *58

5632(Fla.Div.Admin.Hrgs. Feb. 4, 2002 ); see also E-Builder v. Miami-

5642Dade County School Bd. et al. , Case No. 03-1581BID, 2003 WL

565322347989, *10 (Fla.Div.Admin.Hrgs. Oct. 10, 2003).

565949. Turning to the merits of this case, Sunshine's protest

5669hinges largely on the objection that Anchor failed to attach

5679copies of its "occupational licenses" to its proposal, in

5688contravention of a clear directive in the RFP. That being the

5699case, asserts Sunshine, Anchor's proposal deviated materially

5706from the provisions of Special Condition No. 8 and hence must be

5718rejected as nonresponsive.

572150. Whether Anchor's proposal was irregular turns on the

5730meaning of Special Condition No. 8. Because no one timely

5740protested the specifications, the Department's interpretation of

5747this provision should stand if (a) the specification at issue is

5758unclear, vague, or ambiguous; and (b) the Department's

5766interpretation is not clearly erroneous. On the other hand, if

5776the provision were unambiguous and otherwise lawful, then the

5785Department's interpretation would be entitled to no deference

5793(for plain language requires no interpretation); the question,

5801in that event, would be whether the Department implemented the

5811clear and unambiguous language of the RFP. If not, then the

5822Department's action would be clearly erroneous or contrary to

5831competition.

583251. As found above, Special Condition No. 8 includes the

5842following instruction:

5844NOTE: Copies of occupational licenses must

5850also be attached to the back of Form 'F'.

5859This language seems clear on its face, but it suffers,

5869potentially, from a latent ambiguity stemming from the use of

5879the term "occupational license," which, as discussed previously,

5887was used historically to describe documents issued by local

5896governments as a means of raising revenue from businesses

5905operating within their jurisdictions. Following the enactment,

5912in 2006, of amendments to the statutes governing such business

5922taxes, the instruments formerly known as "occupational licenses"

5930have been (or properly should be) referred to as "business tax

5941receipts."

594252. If this were the only source of potential uncertainty,

5952the instruction to attach copies of occupational licenses might

5961be considered unambiguous. It seems likely, after all, that

5970many people still use the term "occupational license" when

5979speaking about a "business tax receipt" and would understand

5988what was meant. At a minimum, it is reasonable to interpret the

6000instruction to attach copies of "occupational licenses" as a

6009directive concerning the instruments historically known by that

6017name, which is the meaning that the Department meant to convey.

602853. In Special Condition No. 8, however, the note

6037concerning "occupational licenses" is situated close below

6044Paragraph 8.4, which requires that offerors be licensed by DBPR

6054if the contractual services under consideration cannot lawfully

6062be performed without such a license. Because the term

"6071occupational license" is no longer a term of art denoting a

6082source of local tax revenue, the "note" in Special Condition No.

60938 reasonably can be read as requiring the attachment of any

6104relevant regulatory occupational licenses issued by DBPR and

6112held by the offeror. This is how Anchor understood the

6122specification. Under this interpretation, it was not necessary,

6130in this procurement, for an offeror to attach anything to Form

6141'F' because DBPR does not regulate the business of providing

6151towing services and roadside assistance.

615654. Because the relevant language of the RFP is

6165susceptible to more than one reasonable interpretation, the

6173undersigned concludes that it is ambiguous. See , e.g. , Saunders

6182v. Bassett , 923 So. 2d 546, 548 (Fla. 1st DCA 2006)(" Ambiguity

6194exists where more than one literal interpretation is

6202reasonable.") .

620555. As we have seen, the Department interprets the

6214ambiguous specification at issue as a mandate that offerors

6223attach their occupational licenses/business tax receipts. The

6230undersigned concludes that the Department's interpretation of

6237it's own specification is within the range of permissible

6246interpretations of the ambiguous language and hence is not

6255clearly erroneous.

625756. Accordingly, it is concluded that Anchor's proposal

6265deviated from the requirements of Special Condition No. 8.

627457. It has long been recognized that "although a bid

6284containing a material variance is unacceptable, not every

6292deviation from the invitation to bid is material. [A deviation]

6302is material if it gives the bidder a substantial advantage over

6313the other bidders and thereby restricts or stifles competition."

6322Tropabest Foods, Inc. v. State Dep't of General Services , 493

6332So. 2d 50, 52 (Fla. 1st DCA 1986). "The test for measuring

6344whether a deviation in a bid is sufficiently material to destroy

6355its competitive character is whether the variation affects the

6364amount of the bid by giving the bidder an advantage or benefit

6376not enjoyed by other bidders." Harry Pepper & Assocs., Inc. v.

6387City of Cape Coral , 352 So. 2d 1190, 1193 (Fla. 2d DCA 1977).

640058. In addition to the foregoing rules, courts have

6409considered the following criteria in determining whether a

6417variance is material and hence nonwaivable:

6423[F]irst, whether the effect of a waiver

6430would be to deprive the municipality of its

6438assurance that the contract will be entered

6445into, performed and guaranteed according to

6451its specified requirements, and second,

6456whether it is of such a nature that its

6465waiver would adversely affect competitive

6470bidding by placing a bidder in a position of

6479advantage over other bidders or by otherwise

6486undermining the necessary common standard of

6492competition.

6493[S]ometimes it is said that a bid may be

6502rejected or disregarded if there is a

6509material variance between the bid and the

6516advertisement. A minor variance, however,

6521will not invalidate the bid. In this

6528context a variance is material if it gives

6536the bidder a substantial advantage over the

6543other bidders, and thereby restricts or

6549stifles competition.

6551Robinson Electrical Co. v. Dade County , 417 So. 2d 1032, 1034

6562(Fla. 3d DCA 1982), quoting 10 McQuillan, Municipal Corporations

6571§ 29.65 (3d ed. rev. 1981)(footnotes omitted).

657859. The touchstone of these tests for materiality——

6586substantial advantage——is an elusive concept, to say the least,

6595easier to state than to apply. Obviously, waiving any defect

6605that might disqualify an otherwise winning bid gives the

6614beneficiary of the waiver an advantage or benefit over the other

6625bidders. In practice, differentiating between, on the one hand,

"6634fair" advantages—— i.e. those that are tolerable because they do

6644not defeat the object and integrity of the competitive

6653procurement process——and "unfair" (or intolerable) advantages,

6659on the other, is exceptionally difficult; and, making matters

6668worse, there are not (as far as the undersigned is aware) many

6680generally recognized, consistently applied, neutral principles

6686available for the decision-maker's use in drawing the

6694distinction between a "substantial" advantage and a "mere"

6702advantage.

670360. That said, the undersigned believes that a bidder's

6712noncompliance with a specification which was designed to winnow

6721the field——especially one which prescribes particular

6727characteristics that the successful bidder must possess——should

6734rarely, if ever, be waived as immaterial. This is because such

6745a provision acts as a barrier to access into the competition,

6756potentially discouraging some would-be participants, namely

6762those who lack a required characteristic, from submitting a bid.

6772See Syslogic Technology Services, Inc. v. South Florida Water

6781Management District , Case No. 01-4385BID, 2002 Fla. Div. Adm.

6790Hear. LEXIS 235, *77 n.23 (Fla.Div.Admin.Hrgs. Jan. 18,

67982002)("Of course, it will usually not be known how many, if any,

6811potential proposers were dissuaded from submitting a proposal

6819because of one project specification or another. That is why

6829specifications that have the capacity to act as a barrier to

6840access into the competition . . . should generally be considered

6851material and non-waivable[.]"); Cf. City of Opa-Locka v.

6860Trustees of the Plumbing Industry Promotion Fund , 193 So. 2d 29,

687132 (Fla. 3d DCA 1966)(Permitting city to waive necessity that

6881bidder have a certificate of competency prior to bidding would

6891give that bidder "an unfair advantage over those who must

6901prequalify. . . . [I]t would [also promote] favoritism by

6911allowing some bidders to qualify after their bids are accepted

6921while refusing to consider bids of others on the ground that

6932they did not prequalify.").

693761. The "occupational licenses" requirement resembles the

6944sort of "gatekeeper" provision that should not ordinarily be

6953waiveable. But this is because the term "license" frequently

6962refers to a regulatory instrument that is held only by those who

6974have demonstrated some degree of proficiency or competence as a

6984condition of becoming licensed. An "occupational license"——as

6992the Department used and understood the term——is not such a

7002regulatory instrument. Rather, it is available to anyone who

7011pays the local business tax, regardless of qualifications or

7020fitness. 8 The tax in question, moreover, is a relatively small

7031one as compared to the value of the subject contract; it is

7043highly improbable that any serious, would-be competitor for this

7052project, which is worth about $1.5 million per year, would have

7063declined to submit a proposal because of the RFP's requirement

7073that proposers demonstrate payment of local business taxes

7081totaling, probably, in the hundreds of dollars annually, at

7090most.

709162. The undersigned concludes, therefore, that the

7098Department did not unequivocally make a mistake when it

7107determined that Anchor's failure to attach copies of

7115occupational licenses was an immaterial defect; the Department's

7123decision in this regard was not, in other words, clearly

7133erroneous.

713463. Finally, the undersigned concludes that the

7141Department's decision to waive the minor irregularity in

7149Anchor's proposal was neither arbitrary nor capricious; it was,

7158rather, a reasonable response under the circumstances, one that

7167is justifiable both factually and logically, for reasons

7175discussed above.

7177RECOMMENDATION

7178Based on the foregoing Findings of Fact and Conclusions of

7188Law, it is RECOMMENDED that the Department enter a Final Order

7199consistent with its preliminary decision to award Anchor the

7208contract at issue.

7211DONE AND ENTERED this 6th day of April, 2010, in

7221Tallahassee, Leon County, Florida.

7225___________________________________

7226JOHN G. VAN LANINGHAM

7230Administrative Law Judge

7233Division of Administrative Hearings

7237Division of Administrative Hearings

7241The DeSoto Building

72441230 Apalachee Parkway

7247Tallahassee, Florida 32399-3060

7250(850) 488-9675 SUNCOM 278-9675

7254Fax Filing (850) 921-6847

7258www.doah.state.fl.us

7259Filed with the Clerk of the

7265Division of Administrative Hearings

7269this 6th day of April, 2010.

7275ENDNOTES

72761 / The Department likewise views any deficiencies in Sunshine's

7286proposal as minor matters and has shown little interest in

7296Anchor's counterpunches, which of course are practically

7303irrelevant if, as both the Department and Anchor maintain,

7312Anchor's proposal should not be rejected as nonresponsive.

73202 / Anchor, which is a Florida corporation, did not attach to its

7333proposal any proof that it is authorized to do business in

7344Florida. Sunshine argues that Anchor's proposal was

7351noncompliant as a result, urging that Paragraph 8.3 should be

7361read as implicitly requiring Florida corporations to demonstrate

7369their authority to operate in this state. This specification,

7378however, clearly and unambiguously applies only to foreign

7386business associations. Anchor therefore was not obligated to

7394prove its authority to do business in Florida.

74023 / Paragraph 28.1 of Special Condition No. 28 states that

"7413Proposing firms must attain a score of seventy (70) points or

7424higher on the Technical Proposal to be considered responsive.

7433Should a Proposer receive fewer than seventy (70) points for

7443their Technical Proposal score, the Price Proposal will not be

7453opened." The total number of points available for the Technical

7463Proposal was 70. None of the offerors was awarded a perfect

7474score for the Technical Proposal. The undersigned assumes that

7483Paragraph 28.1 contains a typographical error, and finds that

7492Paragraph 19.1 specifies the correct number of points that a

7502proposal needed to earn to be considered responsive.

75104 / The term "standard of proof" as used in § 120.57(3)(f)

7522reasonably may be interpreted to reference standards of review .

7532This is because, while the "standard of proof" sentence fails to

7543mention any common standards of proof, it does articulate two

7553accepted standards of review: (1) the "clearly erroneous"

7561standard and (2) the abuse of discretion (="arbitrary, or

7571capricious") standard. (The "contrary to competition"

7578standard——whether it be a standard of proof or standard of

7588review——is unique to bid protests.)

75935 / An ultimate factual determination is a conclusion derived by

7604reasoning from objective facts; it frequently involves the

7612application of a legal principle or rule to historical facts:

7622e.g. the driver failed to use reasonable care under the

7632circumstances and therefore was negligent; and it may be infused

7642with policy considerations. Reaching an ultimate factual

7649finding requires that judgment calls be made which are unlike

7659those that attend the pure fact finding functions of weighing

7669evidence and choosing between conflicting but permissible views

7677of reality.

76796 / From the general principle of deference follows the more

7690specific rule that an agency's interpretation need not be the

7700sole possible interpretation or even the most desirable one; it

7710need only be within the range of permissible interpretations.

7719State Bd. of Optometry v. Florida Soc. of Ophthalmology , 538 So.

77302d 878, 885 (Fla. 1st DCA 1988); see also Suddath Van Lines,

7742Inc. v. Department of Envtl. Protection , 668 So. 2d 209, 212

7753(Fla. 1st DCA 1996). However, "[t]he deference granted an

7762agency's interpretation is not absolute." Department of Natural

7770Resources v. Wingfield Dev. Co. , 581 So. 2d 193, 197 (Fla. 1st

7782DCA 1991). Obviously, an agency cannot implement any

7790conceivable construction of a statute or rule no matter how

7800strained, stilted, or fanciful it might be. Id. Rather, "only

7810a permissible construction" will be upheld by the courts.

7819Florida Soc. of Ophthalmology , 538 So. 2d at 885. Accordingly,

"7829[w]hen the agency's construction clearly contradicts the

7836unambiguous language of the rule, the construction is clearly

7845erroneous and cannot stand." Woodley v. Department of Health

7854and Rehabilitative Services , 505 So. 2d 676, 678 (Fla. 1st DCA

78651987); see also Legal Envtl. Assistance Found. v. Board of

7875County Comm'rs of Brevard County , 642 So. 2d 1081, 1083-84 (Fla.

78861994)("unreasonable interpretation" will not be sustained).

78937 / If, on the other hand, the agency has followed a clearly

7906erroneous interpretation of an ambiguous specification, then its

7914proposed action ordinarily should not be implemented. Finally,

7922if the agency has sought to proceed in a manner that is contrary

7935to the plain language of a lawful specification, then the

7945agency's proposed action should probably be corrected, for the

7954preliminary agency action likely would be clearly erroneous or

7963contrary to competition; in that situation, there should be no

7973waiver, because a reasonable person would not protest an

7982unambiguous specification that facially conforms to Florida

7989procurement law.

79918 / The statement in the text is true in general and true in this

8006case. If, however, a first-time applicant for a business tax

8016receipt is paying the tax to engage in a business or profession

8028regulated by DBPR, that person must exhibit his state license as

8039a condition of obtaining a business tax receipt. See §

8049205.194(1), Fla. Stat. There are similar requirements for a

8058handful of other occupations in which one cannot lawfully engage

8068without a state-issued license. See § 205.196, Fla. Stat.

8077(pharmacies and pharmacists); § 201.1965, Fla. Stat. (assisted

8085living facilities); § 201.1967, Fla. Stat. (pest control

8093Fla. Stat. (sellers of travel); § 201.1973, Fla. Stat.

8102(telemarketing businesses); § 201.1975, Fla. Stat. (household

8109moving services). Thus, in some instances, an occupational

8117license or business tax receipt might serve as a proxy for a

8129regulatory license——but not in this case because the state does

8139not regulate the business of providing towing services.

8147COPIES FURNISHED :

8150Mitchell A. Bierman, Esquire

8154Matthew H. Mandel, Esquire

8158Weiss Serota Helfman Pastoriza

8162Cole & Boniske, P.L.

81662525 Ponce de Leon Boulevard, Suite 700

8173Coral Gables, Florida 33134-6045

8177C. Denise Johnson, Esquire

8181Department of Transportation

8184Haydon Burns Building, Mail Station 58

8190605 Suwannee Street

8193Tallahassee, Florida 32399-0450

8196Miguel A. De Grandy, Esquire

8201Miguel De Grandy, P.A.

8205Douglas Entrance

8207800 Douglas Road, Suite 850

8212Coral Gables, Florida 33134

8216Stephen M. Cody, Esquire

8220Stephen Cody, P.A.

822316610 Southwest 82 Court

8227Palmetto Bay, Florida 33157

8231Deanna Hurt

8233Clerk of Agency Proceedings

8237Department of Transportation

8240605 Suwannee Street, Mail Station 58

8246Tallahassee, Florida 32399-0450

8249Stephanie C. Kopelousos, Secretary

8253Department of Transportation

8256605 Suwannee Street, Mail Station 58

8262Tallahassee, Florida 32399-0450

8265Alexis M. Yarbrough, General Counsel

8270Department of Transportation

8273605 Suwannee Street, Mail Station 58

8279Tallahassee, Florida 32399-0450

8282NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

8288All parties have the right to submit written exceptions within

829810 days from the date of this Recommended Order. Any exceptions

8309to this Recommended Order should be filed with the agency that

8320will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 05/07/2010
Proceedings: Agency Final Order
PDF:
Date: 05/07/2010
Proceedings: Agency Final Order filed.
PDF:
Date: 04/06/2010
Proceedings: Recommended Order
PDF:
Date: 04/06/2010
Proceedings: Recommended Order (hearing held February 22, 2010). CASE CLOSED.
PDF:
Date: 04/06/2010
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
Date: 03/26/2010
Proceedings: Intervenor's Exhibit 5 (exhibits not available for viewing) filed.
PDF:
Date: 03/23/2010
Proceedings: (Proposed) Recommended Order filed.
PDF:
Date: 03/23/2010
Proceedings: Anchor Towing's Notice of Filing Proposed Recommended Order .
PDF:
Date: 03/22/2010
Proceedings: Department's Proposed Recommended Order filed.
PDF:
Date: 03/22/2010
Proceedings: Department's Notice of Filing Proposed Recommended Orded .
PDF:
Date: 03/22/2010
Proceedings: Petitioner Sunshine Towing @ Broward, Inc.'s Proposed Findings of Fact and Conclusions of Law filed.
PDF:
Date: 03/22/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Filing Proposed Findings of Fact and Conclusions of Law filed.
PDF:
Date: 03/10/2010
Proceedings: Notice of Filing Transcript.
Date: 03/10/2010
Proceedings: Transcript filed.
PDF:
Date: 02/25/2010
Proceedings: Petitioner's Exhibits (exhibits not available for viewing) filed.
Date: 02/22/2010
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 02/22/2010
Proceedings: Joint Pre-Hearing Statement filed.
PDF:
Date: 02/19/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Response to Anchor Towing's Request for Production filed.
PDF:
Date: 02/16/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Service of Responses to Interrogatories Served by Anchor Towing filed.
PDF:
Date: 02/16/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Response to Anchor Towing's Second Request for Admissions filed.
PDF:
Date: 02/16/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Response to Respondent's Amended Request for Admissions filed.
PDF:
Date: 02/16/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Service of Responses to Interrogatories Served by Department of Transportation filed.
PDF:
Date: 02/16/2010
Proceedings: Anchor Towing and Marine of Broward, Inc.'s Response to Second Set of Interrogatories Propounded by Sunshine Towing @ Broward, Inc., filed.
PDF:
Date: 02/15/2010
Proceedings: Anchor Towing and Marine of Broward, Inc.'s First Set of Interrogatories to Petitioner filed.
PDF:
Date: 02/15/2010
Proceedings: Sunshine Towing at Broward, Inc.;s Request for Production to Anchor Towing filed.
PDF:
Date: 02/12/2010
Proceedings: Anchor Towing and Marine of Broward, Inc.'s Request for Judicial Notice filed.
PDF:
Date: 02/11/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Serving Second Set of Interrogatories to FDOT filed.
PDF:
Date: 02/11/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Serving Second Set of Interrogatories to Anchor Towing filed.
PDF:
Date: 02/11/2010
Proceedings: Notice of Serving Respondent, Department of Transportation's First set of Interrogatories to Petitioner filed.
PDF:
Date: 02/11/2010
Proceedings: Interrogatories filed.
PDF:
Date: 02/11/2010
Proceedings: Notice of Service of Anchor Towing and Marine of Broward, Inc.'s Answers to Interrogatories Propounded by Sunshine Towing @Broward, Inc. filed.
PDF:
Date: 02/10/2010
Proceedings: Anchor Towing and Marine or Broward, Inc's Second Request for Admissions to Sunshine Towing @ Broward, Inc., filed.
PDF:
Date: 02/10/2010
Proceedings: Second Request for Admissions to Petitioner filed.
PDF:
Date: 02/10/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Response to Anchor Towing's Request for Admissions filed.
PDF:
Date: 02/09/2010
Proceedings: Anchor Towing and Marine of Borward, Inc.'s Response to Interrogatories Propounded by Sunshine Towing @ Broward, Inc. filed.
PDF:
Date: 02/09/2010
Proceedings: Respondent's Notice of Serving Responses to Sunshine Towing at Broward, Inc.'s Request for Production filed.
PDF:
Date: 02/09/2010
Proceedings: Anchor Towing and Marine of Broward, Inc.'s Response to Request for Admissions Propounded by Sunshine Towing @ Broward, Inc. filed.
PDF:
Date: 02/05/2010
Proceedings: Amended Notice of Hearing (hearing set for February 22, 2010; 10:00 a.m.; Fort Lauderdale, FL; amended as to Date and Time).
PDF:
Date: 02/04/2010
Proceedings: Anchor Towing and Marine of Broward, Inc.'s Request for Admissions to Sunshine Towing @ Broward, Inc. filed.
PDF:
Date: 02/04/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Request for Admissions to Anchor Towing filed.
PDF:
Date: 02/04/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Request for Admissions to Department of Transportation (exhibits not available for viewing) filed.
PDF:
Date: 02/03/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Request for Production to Department of Transportation filed.
PDF:
Date: 02/03/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Interrogatories to Anchor Towing filed.
PDF:
Date: 02/03/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Request for Production to Anchor Towing filed.
PDF:
Date: 02/03/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Interrogatories to Department of Transportation filed.
PDF:
Date: 02/03/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Service of Interrogatories to Anchor Towing filed.
PDF:
Date: 02/03/2010
Proceedings: Sunshine Towing at Broward, Inc.'s Notice of Service of Interrogatories to Department of Transportation filed.
PDF:
Date: 02/03/2010
Proceedings: Notice of Appearance filed.
PDF:
Date: 02/01/2010
Proceedings: Amended Notice of Hearing (hearing set for February 22 and 23, 2010; 9:00 a.m.; Fort Lauderdale, FL; amended as to location).
PDF:
Date: 01/15/2010
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 01/15/2010
Proceedings: Notice of Hearing (hearing set for February 22 and 23, 2010; 1:00 p.m.; Fort Lauderdale, FL).
PDF:
Date: 01/15/2010
Proceedings: Order Granting Petition to Intervene.
PDF:
Date: 01/12/2010
Proceedings: Anchor Towing and Marine of Broward, Inc.'s Unopposed Petition for Leave to Intervene filed.
PDF:
Date: 01/12/2010
Proceedings: Proposal Tabulation filed.
PDF:
Date: 01/12/2010
Proceedings: Petition to Protest Intention to Award Contract filed.
PDF:
Date: 01/12/2010
Proceedings: Agency referral filed.

Case Information

Judge:
JOHN G. VAN LANINGHAM
Date Filed:
01/12/2010
Date Assignment:
01/13/2010
Last Docket Entry:
05/07/2010
Location:
Fort Lauderdale, Florida
District:
Southern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (4):

Related Florida Statute(s) (5):