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