88-001172BID Ajax Paving Industries, Inc. (13050-3525) vs. Department Of Transportation
 Status: Closed
Recommended Order on Tuesday, June 21, 1988.


View Dockets  
Summary: Protest of design-build short list is BID protest. No waiver of deficiency in notice to contractors. No deficiency-team need not be prequalified.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8AJAX PAVING INDUSTRIES, INC., )

13)

14Petitioner, )

16)

17vs. ) CASE NO. 88-1172BID

22)

23DEPARTMENT OF TRANSPORTATION, )

27BUREAU OF CONTRACT ADMINISTRATION, )

32)

33Respondent. )

35_____________________________________)

36RECOMMENDED ORDER

38Before J. Lawrence Johnston, Hearing Officer, Division of Administrative

47Hearings.

48Julie Gallagher, Esquire, and Reynold Meyer, Esquire, of Tallahassee, for

58Petitioner.

59James W. Anderson, Esquire, of Tallahassee, for Respondent.

67A formal administrative hearing was held in this case in Tallahassee on

79April 27, 1988, on the protest, 1/ filed by the Petitioner, Ajax Paving

92Industries, Inc. (Ajax), against the decision of the Respondent, the Department

103of Transportation (DOT), not to select ("shortlist") the Ajax/Hole, Montes

115design-build team as one of the teams eligible to submit proposals for a design-

129build re-paving project known as State Project No. 01050-1519.

138After the hearing, parties ordered the preparation of a transcript, which

149was filed on May 12, 1988. The parties later agreed to extend the time for

164filing proposed recommended orders to May 25, 1988. Explicit rulings on the

176parties' proposed findings of fact may be found in the attached Appendix To

189Recommended Order, Case No. 88-1172BID.

194FINDINGS OF FACT

1971. On January 8, 1988, the DOT published a Notice To Contractors that

210stated in pertinent part:

214The Florida Department of Transportation

219plans to receive bid proposals for the

226following design/build projects.

229This advertisement is issued to give

235advance notice of our design/build

240intentions; to allow interested parties to

246form design/build affiliations; and to

251submit letters of interest for specific

257project(s).

258For the advertised design/build

262projects, the contracting firm shall be

268prequalified with the Department in

273accordance with Rule 14-22 in construction

279class Hot Plant-Mix Bituminous Base &

285Surface Courses. Consultants affiliating

289with the contracting firm must be

295prequalified with the Department prior to

301final selection in the following types of

308work:

309Type B (Standard Roadway Design)

314Type K (Standard Contract

318Administration and Inspection)

321Firms shall submit a separate letter of

328interest for each of the following projects

335for which they wish to be considered:

342* * *

345State Project No. 01050-1519

349CHARLOTTE COUNTY: Level, widen, and

354resurfacing of S.R. 776. The limits of the

362project will be from approximately 750 feet

369west of Sunnybrook Boulevard to 650 feet

376east of C.R. 771. Approximate length 3.3

383miles. D.B.E. Goal 10.0 percent. Bonding

389Requirement $1,000,000.

393* * *

396Construction work may consist of

401resurfacing, construction of paved

405shoulders, extension of existing cross-

410drains, installation of mitered end

415sections on side drains, shoulder work,

421signing and pavement marking, sodding and

427grassing.

428Consultant services will include, but

433not be limited to, Construction Engineering

439Inspection and the preparation of

444construction plans in accordance with the

450FDOT Plans Preparation Manual (1985) and

456other applicable criteria, to include as

462appropriate: Utility Adjustment Plans,

466summary of pay items, signing and pavement

473marking plans, maintenance of traffic

478details, drainage design, pavement design,

483and Special Provisions.

486Any firm who has not been qualified by

494the Department and would like to be

501considered for these projects should

506request a Letter of Interest Submittal

512Package from the Bureau of Contractual

518Services in Tallahassee, 904/487-3487.

522The Department shall determine the

527relative ability of each firm to perform

534the services required for each project.

540Determination of ability shall be based

546upon staff training and experience, firm

552experience, location, past experience with

557the Departent, financial capacity, past

562performance and current and projected work

568load. The Department shall select

573(shortlist) not less than three firms

579deemed to be the most highly qualified to

587perform the required services to proceed

593with preparation of bid & technical

599proposals.

600Scope of services desired, schedules,

605blank contracts and special instructions

610will be provided at pre-bid/scope of

616services meeting, which will be held within

6232 weeks following shortlisting.

627* * *

630SUBMITTAL REQUIREMENTS: Firms desiring

634consideration for this project must submit

640two (2) copies of their qualifications to

647the requesting unit listed below for each

654project that they are interested in.

660Information that must be included are the

667name of the project(s) to which the letter

675of interest applies, the names of the firms

683involved in the affiliation, firm's

688experience, location, past experience with

693the Department, and current and projected

699work load.

701RESPONSE EVALUATION: All respondents will

706be evaluated and must be determined by the

714Department to be qualified to do business

721in Florida and must be prequalified to

728perform the advertised work requirements

733prior to final selection. 2/

738* * *

741Pursuant to DOT Rule 14-25.024(1), any

747person adversely affected by not being

753selected to provide aid proposals must file

760with the Clerk of Agency Proceedings, Mail

767Station 58, Room 562, Haydon Burns

773Building, 605 Suwannee Street, Tallahassee,

778Florida 32399-0458, a written Notice of

784Protest within 72 hours of the posting of

792the firms selected to prepare proposals.

798The firms selected to prepare bid proposals

805will be posted with the Clerk of Agency

813Proceedings on the 19th day of February,

8201988. After filing a written Notice of

827Protest (within 72 hours of posting), a

834formal written protest setting forth a

840short and plain statement of the matters

847asserted by the Protestor shall be filed

854with the Clerk of Agency Proceedings within

861ten days after filing of the Notice of

869Protest. A failure to file a timely

876protest constitutes a waiver of Chapter 120

883proceedings.

884At the time of the Notice To Contractors, and until March 13, 1988, there was no

900DOT rule establishing design-build procedures under Section 337.11(5), Florida

909Statutes (1987).

9112. Six design-build teams submitted letters of interest in response to the

923Notice To Contractors. Two teams later were eliminated, leaving four: (1) Ajax

935(the contractor)/Hole, Montes (the design consultant/construction engineering

942inspector (CEI)); (2) APAC/Harris; (3) Harper Bros./Aim Engineering; and (4)

952Wendel Kent-Gator Asphalt/Kunde, Sprecher, Yaskin.

9573. Before February 18, 1988, both DOT's central office in Tallahassee and

969its district office, District I, in Bartow, compiled rankings for the firms that

982had submitted letters of interest. Although both offices attempted to do the

994same thing--compile evaluations based on certain criteria--they set about their

1004tasks differently.

10064. In Tallahassee, Mr. William Laufman and his staff developed evaluation

1017forms complete with instructions. The forms outlined the weight to be assigned

1029each criterion when evaluating the contractor, the design consultant, and the

1040CEI (Construction Engineering Inspection) ability of the consultant firm. The

1050instructions set forth the method by which the evaluations were to be done. The

1064idea behind the evaluation forms was to promote uniformity among the evaluators.

10765. The forms were developed during the two weeks before February 16, 1988,

1089and were completed on that date. The weight to be assigned each criterion was

1103determined by a consensus of people within the construction, design, and CEI

1115departments. These decisions were made when the forms were developed.

11256. The forms and the backup data used in Tallahassee to do the evaluations

1139were "faxed" to the district office to be used when doing its evaluations. The

1153letter of interest packets were also provided.

11607. According to the evaluation forms used in Tallahassee to evaluate

1171contractors, the firms' overall experience, past DOT performance grades, and

1181current and projected workload were most heavily weighted. These items were

1192twice as important as financial capacity and location.

12008. For consultant firms and CEI ability, past performance grades on DOT

1212jobs was most important while location was least important. The firm's

1223experience, staff training, and current and projected workload were weighted

1233equally.

12349. The information the central office considered necessary to do the

1245evaluations included information contained in the letter of interest packets,

1255the prequalification file of the contractors and consultants, and DOT documents

1266regarding DOT experience. Some information related to certain criteria could

1276only be gleaned from a review of the prequalification file. For example,

1288overall firm experience and staff training and experience would be detailed in

1300that file. All of this information was available to DOT to do the evaluations.

131410. The central office staff ranked APAC/Harris highest with a combined 82

1326score (contractor-62, design consultant-11, CEI consultant-9).

133211. The central office staff ranked Wendel Kent-Gator/Kunde, Sprecher &

1342Yaskin second highest with a 78 score (contractors-56, design consultant-11, CEI

1353consultant-11).

135412. The central office staff ranked Harper Brothers/Aim Engineering third

1364highest with a 66 (contractor-48, design consultant-7, CEI consultant-11).

137313. The central office staff ranked Ajax/Holes, Montes fourth with a 63

1385(contractor-50, design consultant-7, CEI consultant-6).

139014. In contrast, the district office performed its evaluation and ranking

1401on the morning of February 18, 1988, the date established for a teleconference

1414meeting at which the "shortlist" would be determined. That morning, Mr. John

1426Dewinkler, District I Director of Production, assigned Marshal Dougherty,

1435District I Professional Services Engineer, the task of ranking the design-build

1446teams. Dougherty had only a list identifying the teams from which to work.

1459Dougherty ranked the design-CEI components of the teams and enlisted Donald

1470Prescott, District I Assistant to District Construction Engineer, to rank the

1481construction contractor component of the teams. Due to time constraints and

1492problems experienced by the central office computer system that morning, neither

1503was able to resort to information normally available in the central office.

1515Dougherty relied on his own knowledge of team members and information available

1527at the district office in Bartow. Prescott telephoned the four resident offices

1539in District I for input on the relative abilities of the construction

1551contractors.

155215. Prescott and Dougherty took 1 1/2 - 2 hours to do their work.

1566Dougherty then prepared team rankings that combined his ranking with Prescott's,

1577giving equal weight to each. Their evaluations did not strictly follow the

1589weighted criteria set out in the central office evaluation forms.

159916. Of the four, Mr. Prescott ranked Harper Brothers first, Wendel Kent-

1611Gator second, Gator third, APAC fourth, and Ajax fifth. The letter of interest

1624using Gator Asphalt as the independent contractor was eliminated as a result of

1637the competition conflict.

164017. Of the four, the district's overall rankings were Wendel Kent-

1651Gator/Kunde first, Harper/Aim second, APAC/Harris third and Ajax/Hole, Montes

1660last.

166118. On the afternoon of February 18, 1988, the Technical Committee

1672convened by conference call to determine the shortlist for the projects listed

1684on the Notice To Contractors.

168919. The members of the committee included Wally Giddens, Director of

1700Division of Preconstruction and Design; Murray Yates, Director of Construction;

1710John Dewinkler, Director of Production; and Donald Prescott, Assistant to

1720District Construction Engineer in District I, Bartow. Messrs. Dewinkler and

1730Prescott participated by telephone from their offices in Bartow; the others were

1742in Tallahassee.

174420. Several other people were present in Tallahassee for the meeting.

1755They included: William Laufman, Project Manager; Jack Trickey, Chief of the

1766Bureau of Adjunct Value Engineering; Ken Morefield, Bill Dayo, and Chuck

1777Robshaw.

177821. The central office staff (Tallahassee) recommended that Ajax be among

1789the firms to be shortlisted. However, the district people, Messrs. Dewinkler

1800and Prescott, expressed concerns over Ajax and requested Ajax not be placed on

1813the shortlist.

181522. The district's "concerns" included lack of familiarity with Ajax's

1825design team, present problems on current jobs with respect to performance and

1837schedules, and the potential for claims on existing contracts.

184623. The concerns expressed by the district were not apparent in the

1858information available to the central office, and some discussion was held.

1869Since the project was going to be performed in the district, the committee

1882deferred to the district's request and did not shortlist Ajax.

189224. The firms placed on the shortlist by the committee included:

1903APAC/Harris; Wendell Kent-Gator/Kunde; and Harper/Aim.

190825. APAC is a top rated contractor with a lot of DOT experience. It was

1923prequalified to do the type of work required for this project when it submitted

1937its letter of interest. Its average grade on reports on past performance as a

1951contractor or subcontractor for the DOT is 89.81. APAC's consultant, Harris,

1962was also rated highly and has substantial DOT experience.

197126. Harper Brothers is a contractor prequalified for the work required for

1983this project. While Harper Brothers has not done work for FDOT in the past

1997three years, it still rates higher than any other contractor working in the Ft.

2011Myers area based on past DOT work. Harper remains prequalified and has received

2024an ability factor rating of 14, equating to a 93-98 ability score. Its design

2038consultant, Aim Engineering, has DOT experience.

204427. Wendell Kent is a contractor that was not prequalified for the type of

2058work required for this project--hot bituminous asphalt mix work--when it

2068submitted its letter of interest. Wendell Kent has DOT experience, although not

2080in this type of work, and that experience consists of only one job within the

2095past eight years in the district where this job will be performed.

210728. Wendel Kent's average grade on reports of past performance as a

2119contractor or subcontractor for the DOT is 93.86. Wendel Kent affiliated with

2131Gator Asphalt, which was prequalified for this project. Gator Asphalt's average

2142grade on reports of past performance as a contractor or subcontractor for the

2155DOT is 89.84. Wendell Kent is to be the prime contractor on this project. It

2170would be responsible for the overall administration of the project and

2181construction of all items except the asphalt paving, which would be done by

2194Gator.

219529. Wendel, Kent-Gator Asphalt's design consultant, Kunde, Sprecher,

2203Yaskin has done design work for the DOT in the past and performed well.

221730. Ajax is prequalified and has DOT experience, including recent

2227experience. In the last three years, Ajax has done eight or nine DOT jobs

2241amounting to approximately $11.4 million of work. The DOT concedes that Ajax is

2254a capable contractor. But Ajax's average grade on past performance as a

2266contractor or subcontractor for the DOT is 86, lowest of the four. In addition,

2280comments relating to Ajax are somewhat more negative than those of other

2292contractors. Only Ajax received negative comments on its ability to schedule

2303construction work, a factor to be specifically considered in the selection of a

2316design/build contractor. For example, the comment for FDOT Project #01050-3514

2326in Charlotte County was: "They don't provide day-to-day supervision on the-

2337project. They generally leave that up to whatever sub is working on the

2350project. From a project engineer's standpoint, Ajax makes a good subcontractor

2361but a poor prime contractor." For Project #12070-3513 in Lee County, the

2373comment was: "This contractor could have taken more interest in controlling

2384construction operations to achieve a better quality of construction."

239331. Ajax's more significant scheduling problems arose during the first few

2404years of operations in Florida. After DOT criticism, Ajax has improved in this

2417area. Of the eight or nine DOT jobs Ajax has done in the last three years,

2433there has been a net total of four days overtime on all jobs. (This net total

2449is arrived at by subtracting the number of days "undertime" from the overtime

2462days to arrive at the net number of days over the time allowed by the

2477contracts.) But of the last 13 jobs Ajax has done for the DOT, Ajax was behind

2493schedule on seven. On two jobs started in 1984, Ajax was considerably behind

2506schedule (15 days) on one and extremely behind schedule (51 days) on the other.

252032. Ajax knows of no potential claims on its current job. In the last

2534three years, Ajax has had only one claim, for $6,000, that was resolved in favor

2550of Ajax.

255233. Ajax does have a pending claim on a 1984 job that is not yet resolved.

2568The claim is on behalf of a subcontractor. Until resolved, the claim is just a

2583difference of opinion or a difference of contract interpretation.

259234. Ajax was also involved in a potential claim on a project known as "the

2607embankment job." There was an error in the plans for this job at the time the

2623contract was bid. Ajax brought this to the attention of Carson Carner, the

2636resident engineer, who advised Ajax to bid the project as it was. Ajax did and

2651was awarded the contract. Shortly, thereafter, Ajax requested a change order to

2663allow for extra materials considered necessary due to the error Ajax saw-in the

2676plans. Ajax pursued this because this error equalled approximately 10 percent

2687of the job, which amounted to approximately $200,000.

269635. District DOT officials refused to see the error and denied the request

2709for the change order. Ajax ultimately retained an attorney who convinced DOT of

2722the error in the plans, and the change order was approved.

273336. Finally, mention should be made of the non-contractor components of

2744the design/build teams. APAC's partner, Frederick R. Harris, has done design

2755work for FDOT in the past. Harper Brothers' partner, Aim Engineering, has

2767construction engineering inspection (CEI) experience with the Department,

2775including a large amount of work in the Lee County area. Wendel Kent-Gator's

2788consultant, Kunde, Sprecher and Yaskin, had considerable design experience with

2798the Department and also had done CEI work for the agency.

280937. Ajax selected the design, CEI firm of Hole, Montes as its consultant.

2822This firm was Ajax's second choice and was selected only when Aim Engineering

2835was submitted by Harper Brothers. While prequalified to do so, Holes, Montes

2847had done neither design nor CEI work for the Department.

2857CONCLUSIONS OF LAW

2860A. The New Design-Build Program.

286538. Section 337.11(5), Florida Statutes (1987), enacted by Chapter 87-162,

2875Laws of Florida (1987), effective June 30, 1987, provides:

2884(5)(a) If the head of the department

2891determines that it is in the best interest

2899of the public to combine the design and

2907construction of a road, structure, or

2913building and appurtenant facilities or

2918equipment into a single contract, the

2924department may secure such work through a

2931request for proposals. Factors including,

2936but not limited to, time savings, cost

2943reduction, experience to be gained, or use

2950of state of the art methods shall be

2958considered when determining the best

2963interest of the public.

2967(b) The department shall adopt by rule

2974procedure for administering combined design

2979and construction contracts. Such

2983procedures shall include, but not be

2989limited to:

29911. Prequalification of applicants.

29952. Announcement of occasions when a

3001design and construction contract is

3006desired.

30073. Criteria and personnel to be used for

3015evaluation proposals and awarding

3019contracts.

3020(c) If at least three responsible

3026proposals are submitted pursuant to a

3032request for proposals, the department may

3038proceed to evaluate the proposals as

3044provided herein. In evaluating proposals,

3049the department shall consider the cost,

3055safety, and long-term durability of the

3061project; the feasibility of implementing

3066the project as proposed; the ability of the

3074design and construction teams to complete

3080the work in a timely and satisfactory

3087manner; and such other factors as the

3094department deems appropriate. In

3098evaluating the capabilities of the design

3104and construction teams to perform in a

3111timely and satisfactory manner, the

3116department shall also consider such factors

3122as the abilities of the professional

3128personnel, past performance, capacity to

3133meet time and budget requirements,

3138location, recent, current, and projected

3143workload of the firms, and the volume of

3151work previously awarded to the firms by the

3159department.

3160(d) The department may conduct a

3166combined design and construction contract

3171demonstration program not to exceed a total

3178contract amount of $50 million. Pursuant

3184to this program, the department may award,

3191to the qualified firm or joint venture with

3199the lowest cost and best technical

3205proposal, combined design-and construction

3209contracts for projects in the department's

3215current 5-year transportation plan in each

3221of the following project categories:

32261. Resurfacing;

32282. Bridge replacement, or new bridge

3234construction;

32353. Multilane new construction or

3240reconstruction;

3241and

32424. Fixed capital outlay and parking

3248garages.

3249Annually, the department shall submit to

3255the transportation committees of the Senate

3261and the House of Representatives a report

3268outlining the results obtained from

3273completed combined design and construction

3278contracts awarded to that time.

3283B. Whether Disputes Arising Out Of The "Shortlist"

3291Are Bid Protests.

329439. Section 120.53(5), Florida Statutes (1987), provides in pertinent

3303part:

3304(5) An agency which enters into a

3311contract pursuant to the provisions of ss.

3318282.301-282.313, chapter 255, chapter 287,

3323or chapters 334-349 shall adopt rules

3329specifying procedures for the resolution of

3335protests arising from the contract bidding

3341process.

334240. Section 120.57(1) proceedings arising out of the DOT's "shortlist" of

3353design-build teams eligible to submit proposals under Section 337.11(5), Florida

3363Statutes (1987), are "protests arising from the contract bidding process" and

3374should proceed as bid protests underSection 120.57(5), Florida Statutes (1987).

3384C. Whether Ajax Waived Alleged Deficiencies In

3391The Notice To Contractors.

339541. The Notice To Contractors that began the bid process in this case by

3409asking for letters of interest references Rule 14-25.024(1), Florida

3418Administrative Code. Rule 14-25.024(1) states:

3423(1) Any person adversely affected by a

3430bid solicitation shall file a notice of

3437protest, in writing, prior to the date on

3445which bids are to be received, and shall

3453file a formal written protest within ten

3460days after filing the notice of protest.

3467The formal written protest shall state with

3474particularity the facts and law upon which

3481the protest is based.

3485Under Capeletti Bros., Inc. v. Department of Transportation, 499 So.2d 855 (Fla.

34971st DCA 1986), Rule 14-25.024(1) has been held to require a bidder to protest

3511deficiencies in a request for proposal within the prescribed time after

3522issuance. But the Notice To Contractors specifies only: "Pursuant to D.O.T.

3533Rule 14-25.024(1), any person adversely affected by not being selected to

3544provide bid proposals must file ... a written Notice of Protest within 72 hours

3558of the posting of the firms selected to prepare proposals." The Notice To

3571Contractors therefore does not provide Ajax with a clear point of entry so as to

3586justify waiver of any protest against deficiencies in the Notice To Contractors.

35983/

3599D. Whether The Notice To Contractors Is Fatally Deficient.

360842. Section 337.14(1), Florida Statutes (1987), provides: "Any person

3617desiring to bid for the performance of any construction contract in excess of

3630$250,000 which the department proposes to let must first be certified by the

3644department as qualified pursuant to this section and rules of the department."

365643. Section 337.14(2), Florida Statutes (1987), states: "Certification

3664shall be necessary in order to bid on a road, bridge, or public transportation

3678construction contract of more than $250,000."

368544. Section 337.105(1), Florida Statutes (1987), provides: "Before the

3694employment of a professional consultant or other provider of services, the

3705department shall make a finding that the person to be employed is fully

3718qualified to render the desired service."

372445. In this case, the Notice to Contractors specifically permitted

3734responses to be submitted by persons not yet pre-qualified, requiring pre-

3745qualification only "prior to final selection." Under the bid process initiated

3756by the Notice To Contractors under the auspices of Section 337.11(5), only the

3769shortlist is being determined at this time. Proposals are prepared and

3780submitted at a later date. Therefore, the statutes do not require pre-

3792qualification at this time, and the DOT was not prohibited from shortlisting a

3805design-build team that included a contractor, such as Wendel, Kent, not yet pre-

3818qualified for all aspects of the work so as to increase the number of teams

3833capable of submitting a letter of interest to participate in the initial design-

3846build projects.

3848E. Whether DOT's Omission Of Ajax From The Shortlist

3857Should Be Upheld.

386046. The parties agree that contract award decisions (to which this action

3872is similar) ordinarily will be upheld unless the decision is arbitrary,

3883capricious, or beyond the scope of agency discretion. System Development

3893Corporation v. Department of Health and Rehabilitative Services, 423 So.2d 433

3904(Fla. 1st DCA 1982); Capeletti Brothers v. State of Department of General

3916Services, 432 So.2d 1359 (Fla. 1st DCA 1983). In the System Development case,

3929the court stated:

3932We are constrained to review the agency's

3939decision under these circumstances only so

3945far as to determine whether the decision

3952was arbitrary, capricious, or beyond the

3958scope of its discretion, which discretion

3964is very broad:

3967So long as the public agency

3973acts in good faith, even

3978though they may reach a

3983conclusion on facts upon

3987which reasonable men may

3991differ, the courts will not

3996generally interfere with

3999their judgment, even though

4003the decision reached may

4007appear to some persons

4011to erroneous. Volume Services

4015Division v. Canteen Corporation,

4019369 So.2d 391, 395 (Fla. 2d DCA

40261979).

4027This general rule assumes that the contracting agency has adhered to the

4039material statutory requirements in conducting the procurement process, as the

4049DOT has done in this case.

405547. Accepting for purposes of this case the Systems Development standard

4066of review to which the parties have agreed, the facts are clear in this case

4081that the DOT's decision not to "shortlist" the Ajax/Hole, Montes design-build

4092team, while far from being immune from criticism for weaknesses in the manner in

4106which the decision was made, cannot be said to be arbitrary or capricious.

4119RECOMMENDATION

4120Based on the foregoing Findings Of Fact and Conclusions Of Law, it is

4133recommended that the Respondent, the Department of Transportation, enter a final

4144order excluding the Ajax/Hole, Montes team from the short list for State Project

4157No. 01050-1519 if that is how the DOT chooses A exercise its discretion.

4170RECOMMENDED this 21st day of June, 1988, in Tallahassee, Florida.

4180_________________________________

4181J. LAWRENCE JOHNSTON

4184Hearing Officer

4186Division of Administrative Hearings

4190The Oakland Building

41932009 Apalachee Parkway

4196Tallahassee, Florida 32399-1550

4199(904) 488-9675

4201Filed with the Clerk of the

4207Division of Administrative Hearings

4211this 21st day of June, 1988.

4217ENDNOTES

42181/ By Prehearing Order entered in this case on March 30, 1988, it was ruled

4233that the petition in this case should be treated as a bid protest under Section

4248120.53(5), Florida Statutes (1987). See Conclusion Of Law 3, below.

42582/ The DOT decided to permit prequalification up to the time of final selection

4272because the DOT hoped to attract design-build teams with members who do not now

4286do DOT work on their own, and the DOT would not have given those team members

4302enough notice and time to get prequalified if prequalification were required

4313before submission of a letter of interest.

43203/ Without holding that it applies to the Notice To Contractors in this case,

4334it also is noted that dicta in the Final Order, Capital Group Health Services of

4349Florida, Inc. v. Department of Administration, DOAH Case No. 87-5387BID, entered

4360April 28, 1988, limited such a waiver to deficiencies in the technical aspects

4373of plans and specifications in a bid solicitation. (The Capital Group Health

4385Final Order held that statutory requirements are not subject to waiver.)

4396APPENDIX TO RECOMMENDED ORDER, CASE NO. 88-1172BID

4403To comply with Section 120.59(2), Florida Statutes (1987), the following

4413explicit rulings are made on the parties' proposed findings of fact:

4424A. Petitioner's Proposed Findings Of Fact.

44301.-5. Accepted. In part incorporated; in part unnecessary or subordinate.

44406.-14. Accepted and incorporated.

444415. Rejected as not proved that Wendel, Kent affiliated Gator in order to

4457be considered. Otherwise, accepted and incorporated.

446316.-18. Rejected as conclusions of law.

446919. Rejected as contrary to facts found that Harper had "average" ratings;

4481otherwise accepted and incorporated.

448520.-27. Accepted and incorporated.

448928.-32. Accepted and, except to the extent unnecessary or subordinate,

4499incorporated.

450033. Rejected that Wendel, Kent was ranked separately. Wendel, Kent was

4511ranked in affiliation with Gator. Gator was ranked separately as the contractor

4523for the Gator/Gee Jensen team that later was eliminated. Also rejected that the

4536DOT's treatment of recent experience was an "apparent contradiction." The DOT

4547simply was more concerned about recent poor negative experience than with lack

4559of recent experience following positive prior experience.

456634.-38. Accepted and, except to the extent unnecessary or subordinate,

4576incorporated.

457739. Rejected as contrary to facts found.

458440. Rejected as not proven--the district had similar concerns about

4594American. Besides, irrelevant and unnecessary--the Hinkle/American team was

4602eliminated.

460341. Rejected to the extent contrary to facts found; in part accepted and

4616incorporated.

461742. Second sentence, rejected as contrary to facts found; rest accepted

4628and incorporated.

463043.-45. Accepted and incorporated.

463446.-47. Subordinate to facts contrary to those found.

464248. First two sentences, accepted but unnecessary; rest, rejected as

4652contrary to facts found and argument.

465849.-50. Rejected as contrary to facts found and argument.

4667B. Respondent's Proposed Findings Of Fact.

46731. Accepted but unnecessary.

46772.-3. Accepted and incorporated to the extent necessary.

46854.-13. Accepted and incorporated.

468914. Accepted but unnecessary.

469315. Rejected as contrary to facts found.

470016.-24. Accepted and incorporated.

470425. Accepted and, to the extent necessary, incorporated.

471226. Irrelevant.

471427. Accepted and, to the extent necessary and not subordinate,

4724incorporated.

472528.-29. Accepted and incorporated.

4729COPIES FURNISHED:

4731Julie Gallagher, Esquire

4734Reynold Meyer, Esquire

4737204-B South Monroe Street

4741Tallahassee, Florida 32301

4744James W. Anderson, Esquire

4748Chief Litigation Attorney

4751Department of Transportation

4754Haydon Burns Building

4757605 Suwannee Street, MS-58

4761Tallahassee, Florida 32399-0458

4764Kaye N. Henderson

4767Secretary

4768Department of Transportation

4771Haydon Burns Building

4774605 Suwannee Street, MS-58

4778Tallahassee, Florida 32399-0458

4781Thomas H. Bateman, III, Esquire

4786General Counsel

4788Department of Transportation

4791Haydon Burns Building

4794605 Suwannee Street, MS-58

4798Tallahassee, Florida 32399-0458

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 07/22/1988
Proceedings: Agency Final Order
PDF:
Date: 07/22/1988
Proceedings: Recommended Order
PDF:
Date: 06/21/1988
Proceedings: Recommended Order (hearing held , 2013). CASE CLOSED.

Case Information

Judge:
J. LAWRENCE JOHNSTON
Date Filed:
03/03/1988
Date Assignment:
03/15/1988
Last Docket Entry:
06/21/1988
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related DOAH Cases(s) (2):

Related Florida Statute(s) (5):

Related Florida Rule(s) (1):