93-002822BID J. D. Pirrotta Company Of Orlando vs. Palm Beach County School Board
 Status: Closed
Recommended Order on Wednesday, July 7, 1993.


View Dockets  
Summary: Where ambiguity in bid documents did not give low bidder unfair advantage or taint outcome of bidding process rejection of all bids unwarranted.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8J.D. PIRROTTA COMPANY, )

12)

13Petitioner, )

15)

16vs. ) CASE NO. 93-2822BID

21)

22PALM BEACH COUNTY SCHOOL BOARD, )

28)

29Respondent, )

31and )

33)

34MILNE & NICHOLLS, INC., )

39)

40Intervenor. )

42_________________________________)

43RECOMMENDED ORDER

45Pursuant to notice, a formal hearing was conducted in this case on June 11,

591993, in West Palm Beach, Florida, before Stuart M. Lerner, a duly designated

72Hearing Officer of the Division of Administrative Hearings.

80APPEARANCES

81For Petitioner: John W. Foster, Sr., Esquire

88Baker & Hostetler

912300 Sun Bank Center

95200 South Orange Avenue

99Post Office Box 112

103Orlando, Florida 32802

106For Respondent: Robert A. Rosillo, Esquire

112School Board of Palm Beach County

1183318 Forest Hill Boulevard, Suite C302

124West Palm Beach, Florida 33406-5813

129For Intervenor: Thomas F. Munroe, II, Esquire

136Foley & Lardner

139777 South Flagler Drive

143Suite 200 East Tower, Philips Point

149West Palm Beach, Florida 33401-6163

154STATEMENT OF THE ISSUE

158Whether the Palm Beach County School Board (hereinafter referred to as the

"170School Board") should sustain Petitioner's challenge to the preliminary

180determination made with respect to School Board Project No. 349661 to reject all

193bids submitted and to readvertise.

198PRELIMINARY STATEMENT

200By letter dated May 19, 1993, Petitioner filed a formal written protest

212contesting the preliminary determination made with respect to School Board

222Project No. 349661 to reject all bids submitted and to readvertise. In its

235letter, Petitioner claimed that it "was the lowest, responsive and responsible

246bidder and must be awarded the subject contract." On May 24, 1993, the matter

260was referred to the Division of Administrative Hearings for the assignment of a

273hearing officer to conduct a formal hearing.

280On June 1, 1993, Milne & Nicholls, Inc., (hereinafter referred to as

"292Intervenor") filed a petition for leave to intervene in the matter. By order

306issued by the Hearing Officer on June 4, 1993, the petition was granted.

319At the final hearing held in this case, a total of eight witnesses

332testified: Albert Paglia, a contract administrator with the School Board;

342Joseph Pirrotta, Petitioner's chief operating officer; Francis Mojo, Jr., the

352president of Intervenor; Ron Wengatz, a plan review specialist with the School

364Board; Brian Idle, the project architect for the project which is the subject

377of the instant bid protest; Lawrence Zabik, the School Board's assistant

388superintendent for support services; Michael Reich, a licensed Palm Beach

398County general contractor; and David Floyd, a certified professional estimator

408and construction industry consultant. In addition to the testimony of these

419eight witnesses, a total of 11 exhibits (Joint Exhibit 1, Petitioner's Exhibits

4312-7 and Respondent's Exhibits 1-4) were offered and received into evidence.

442At the close of the evidentiary portion of the hearing on June, 11, 1993,

456the Hearing Officer announced on the record that post-hearing submittals had to

468be filed no later than ten days following the Hearing Officer's receipt of the

482transcript of the hearing. The Hearing Officer received the hearing transcript

493on June 18, 1993. Petitioner, Intervenor, and Respondent filed separate post-

504hearing submittals on June 23, 1993, June 25, 1993, and June 28, 1993,

517respectively.

518The parties' post-hearing submittals contain what are labelled as proposed

"528findings of fact." These proposed "findings of fact" have been carefully

539considered and are specifically addressed in the Appendix to this Recommended

550Order.

551FINDINGS OF FACT

554Based upon the evidence adduced at hearing, and the record as a whole, the

568following Findings of Fact are made:

5741. In March of 1993, the School Board issued an Advertisement for Bid

587(hereinafter referred to as the "Advertisement") through which it solicited the

599submission of bids on a construction project (School Board Project No. 349661,

611which is hereinafter referred to as the "Project") involving HVAC replacement,

623reroofing and other renovation work at Jupiter High School's Building No. 2.

635The School Board indicated in the Advertisement, among other things, that it

"647reserv[ed] the right to waive informalities in the Bids, or to reject all

660Bids."

6612. The Advertisement, along with the other bid documents issued in

672conjunction with the Advertisement, including, but not limited to, the

682Instructions to Bidders (hereinafter referred to as the "Instructions") and the

694Proposal Form, were compiled in a Project Manual that was made available for

707public inspection.

7093. Section 00100 of the Project Manual contained the Instructions, which

720provided, in pertinent part, as follows:

7261. Definitions

7281.02 Bidding Documents include the

733Advertisement for Bid, Notice to Prospective

739Bidders, Policies of the School Board,

745Instructions to Bidders, Contract, General

750Conditions, Supplementary General Conditions,

754Special Conditions, Bid Bond, Performance and

760Payment Bond, Proposal Form, and the proposed

767Contract Documents including all drawings,

772specifications and addenda issued prior to bid

779opening.

7801.03 Addenda are written or graphic

786instruments issued prior to the execution of

793the Contract which modify or interpret the

800Bidding Documents, including Drawings and

805Specifications, by additions, deletions,

809clarifications or corrections. Addenda will

814become part of the Contract Documents when

821the Construction Contract is executed.

8262. Bidding Procedures

8293.01 All Bids must be prepared using the

837forms contained in these specifications and

843submitted in accordance with the Instructions

849to Bidders.

8513.02 A Bid is invalid if it has not been

861deposited at the designated location prior to

868the time and date for receipt of Bids

876indicated in the Advertisement for Bid, or

883prior to any extension thereof issued to the

891Bidders.

8923.03 Unless otherwise provided in any

898supplement to these Instructions to Bidders,

904no Bidder shall modify, withdraw or cancel his

912Bid or any part thereof for sixty (60) days

921after the time designated for receipt of Bids

929in the "Advertisement for Bid."

9343.05 Preparation and Submission of Bid

940Proposal Form:

942(a) Each Bidder shall use Proposal Form

949contained in these specifications, indicate

954his Bid prices thereon in proper spaces, for

962the entire work and for the alternates, if

970applicable. Any erasures or other corrections

976in the proposal must be explained or noted

984over the signature of the Bidder. Proposals

991containing any conditions, omissions,

995unexplained erasures, alternates, items not

1000called for or irregularities of any kind may

1008be rejected by the Owner.

1013(b) Each proposal shall specify a price

1020written in ink in both words and figures for

1029each of the separate items, as called for,

1037except when the Bid is called for on a lump

1047sum basis. Lump sum Bids shall be shown in

1056both words and figures; where there is a

1064variation between the written amount and

1070figures, the lower amount will be taken as

1078the Bid price.

10813.06 Bid Modification: Bid Modification will

1087be accepted from Bidders if addressed to the

1095Owners, at the place where Bids are to be

1104received, and if received prior to the opening

1112of Bids. Modifications must be in writing and

1120must be signed. . . . Modifications will be

1129read by Owner or Architect prior to opening

1137formal Bids.

11393.07 Withdrawal of Bids: Bids may be

1146withdrawn on written request received from

1152Bidders prior to the time fixed for opening.

1160. . . Negligence on the part of the Bidder in

1171preparing the Bid confers no right for

1178withdrawal of the Bid after it has been

1186opened.

11874. Examination of Bidding Documents:

11924.01 Each Bidder shall examine the Bidding

1199Documents carefully and, not later than eight

1206(8) days prior to the receipt of Bids, shall

1215make written request to the Architect for

1222interpretation or correction of any ambiguity,

1228inconsistency or error therein which he may

1235discover. Any interpretation or correction

1240will be issued as an Addendum by the

1248Architect. Only a written interpretation or

1254correction by Addendum shall be binding. No

1261Bidder shall rely upon any interpretation or

1268correction given by any other method. . . .

12776. Rejection of Bids

12816.01 The Bidder acknowledges the right of

1288the Owner to reject any or all Bids and to

1298waive any informality or irregularity in any

1305Bid received. In addition, the Bidder

1311recognizes the right of the Owner to reject a

1320Bid if the Bidder failed to furnish any

1328required Bid security, or to submit the data

1336required by the Bidding Documents, or if the

1344Bid is in any way incomplete or irregular;

1352to reject the Bid of a Bidder who is not in

1363a position to perform the Contract; and to

1371readvertise for other or further Bid

1377Proposals.

13789. Award of Contract

13829.01 The Contract, if awarded by the Owner,

1390will be awarded to the lowest bona fide

1398responsible Bidder; provided the Bid is

1404reasonable and it is in the interest of the

1413Owner to accept the Bid.

14189.02 The method of determining the lowest

1425bona fide Bid from Bidders shall be the Base

1434Bid price plus or minus Alternate Prices

1441listed on the Bid Proposal Form which are

1449accepted by the Owner. Alternates will be

1456considered for acceptance by the Owner as set

1464forth in the Alternate section of the

1471Specifications, Division One-General

1474Requirements, Section 101030-Alternates.

14774. Section 101030 of the Project Manual, which addressed the subject of

"1489Alternates," provided, in pertinent part, as follows:

14961.3 Related Work Described Elsewhere:

1501A. Pertinent sections of these specifications

1507describe materials and methods required under

1513the various alternates. . . .

1519B. The method for stating the proposed

1526Contract Amount is described on the Proposal

1533Form, Section 00310.

15362.1 Base Bid:

1539A. Shall include all HVAC replacement,

1545construction of the building roofing and all

1552items shown on drawings and included in these

1560specifications other than as specifically

1565listed alternates.

15672.2 Alternate Number One:

1571Provide an Architect/Owner on-site

1575construction trailer of size and features

1581stipulated below in lieu of such being

1588provided by the Owner.

15925. Section 00310 of the Project Manual contained the Proposal Form that

1604all bidders were required to use. It provided, in pertinent part, as follows:

1617DATE SUBMITTED: ______________________

1620TO: The School Board of Palm Beach County,

1628Florida

16293326 Forest Hill Boulevard

1633West Palm Beach Florida 33406

1638PROPOSAL FOR:

1640JUPITER HIGH SCHOOL

1643BUILDING NO.2-

1645HVAC REPLACEMENT/REFOOF/RENOVATIONS

1647500 NORTH MILITARY TRAIL

1651JUPITER, FLORIDA 33458

1654PROJECT NO. 349661

1657Having become familiar with conditions at the

1664Project Site and having carefully examined the

1671Bidding Documents, including the

1675Advertisement, Instructions to Bidders, and

1680the Contract Documents, including but not

1686limited to the General Conditions,

1691Supplementary Conditions, Specifications,

1694Details, Schedules, Addenda and Drawings, the

1700Undersigned proposes to furnish all materials,

1706labor equipment and anything else required for

1713the entire Project in accordance with the

1720Documents for the following sum:

1725BASE BID: STATE PRICE IN WORDS AND FIGURES:

1733_____________________________________________

1734_________________________ ($_______________)

1736(PRICE IN WORDS) (FIGURES)

1740ALL ALTERNATES MUST BE BID FOR BID TO BE

1749RESPONSIVE. State price in words and figures.

1756ADDITIVE ALTERNATE NO. 1: (Owner/Architect

1761On-Site Construction Trailer)

1764_____________________________________________

1765_________________________ ($_______________)

1767(PRICE IN WORDS) (FIGURES)

1771* * *

1774If he is notified of the acceptance of this

1783Bid within sixty (60) days of the time set for

1793the opening of Bids, the Undersigned agrees to

1801execute a Contract for the above Work within

1809eight (8) Owner business days after notice

1816that his Bid has been accepted for the above

1825stated compensation minus or plus any accepted

1832Alternates in the form of a contract presented

1840by the Owner. . . .

18466. On March 30, 1993, the School Board issued Addendum No. 1, which added

1860a fire protection system to the Project's scope of work and provided as follows:

1874RE: Jupiter Community High School

1879Building No. 2

1882HVAC Replacement, Reroof, Renovations

1886The School Board of Palm Beach County,

1893Florida

1894School Project No. 349661

1898OEF Project No. 50-005625

1902P&L Project No. 92-061

1906To all bidders on the above project:

1913Please note contents hereon and insert into

1920the bidding documents that were issued to you

1928on the above entitled project.

1933The following supersede and supplant

1938corresponding items in the specifications,

1943drawings and details.

1946It will be required that each Contractor-

1953Builder/Developer, upon submitting his

1957proposal for this project, indicate on the

1964proposal form in the space provided that all

1972addenda are included in his proposal.

1978Failure to do so may cause rejection of a

1987company's bid or proposal.

1991The School Board of Palm Beach County,

1998Peacock & Lewis Architects and Planners, Inc.

2005and their consultants assume no liability or

2012responsibility for the information on printed

2018materials for this project that were not

2025distributed from the office of Peacock & Lewis

2033Architects and Planners, Inc.

2037_____________________________________________

2038GENERAL:

2039AD1-1: FIRE PROTECTION SYSTEM

2043Contractor shall include within his bid and

2050itemize on the proposal form the cost for a

2059complete and functioning fire protection

2064system as described by the attached

2070specification Section 15500- Fire Protection

2075dated 3/30/93, Addendum No. 1.

20807. Paragraph 1.2 A.6 of Section 15500, which was attached to Addendum No.

20931, provided as follows:

2097Contractor shall identify the cost associated

2103with this scope of work on the proposal form

2112as an itemized price which shall be included

2120within the total bid price. Refer to proposal

2128form.

21298. On April 5, 1993, the School Board issued Addendum No. 2, which revised

2143the Proposal Form to reflect the additional pricing requirements imposed by

2154Addendum No. 1.

21579. Addendum No. 2 added to the Proposal Form, immediately under the space

2170provided for "Additive Alternative No. 1," the following:

2178UNIT PRICE NO. 1: (Fire Protection System)

2185Contractor shall include within his bid and

2192itemize on the proposal form the cost for a

2201complete and functioning fire protection

2206system as described by the attached

2212specification Section 15500- Fire Protection

2217dated 3/30/93, Addendum No. 1.

2222_____________________________________________

2223_________________________ ($_______________)

2225(PRICE IN WORDS) (FIGURES)

2229No other changes material to the instant case were made to the Proposal Form or

2244to any of the other bid documents.

225110. It was the intention of those who were responsible for the preparation

2264and issuance of Addenda Nos. 1 and 2 to require bidders to include the price of

2280the fire protection system in their "Base Bid;" 1/ however, they failed to

2293clearly and unambiguously express their intention in these addenda or any of the

2306other bid documents.

230911. No other bid document aside from the revised Proposal Form made any

2322reference to a "unit price."

232712. Unit prices are typically used in the construction industry to price

2339work added to the initial scope of work, as was the fire protection system in

2354the instant case.

235713. In interpreting the bid documents, Joseph Pirrotta, Petitioner's chief

2367executive officer, relied upon his many years of experience in the construction

2379industry. Based upon his reading of these documents, he reasonably believed

2390that the "Unit Price No. 1 (Fire Protection System)" was a separate and distinct

2404component of the "total bid price" and that, although it was to be included in

2419the "bid" he submitted, it was not to be a part of the "Base Bid." While the

2436bid documents were also susceptible to a contrary construction, Pirrotta's was

2447the more reasonable of the two interpretations.

245414. Pirrotta completed the revised Proposal Form accordingly.

246215. Petitioner was one of three bidders to submit bids in response to the

2476Advertisement. The other two bidders were Intervenor and Janus & Hill

2487Corporation (hereinafter referred to as "Janus").

249416. Petitioner quoted the following prices on the completed revised

2504Proposal Form it submitted: "Base Bid"- $1,672,000.00; "Additive Alternate

2516No.1"- $3,400.00; and "Unit Price No. 1"- $80,000.00. As noted above,

2531Petitioner's "Base Bid" did not include the price of the fire protection system.

254417. Intervenor quoted the following prices on the completed revised

2554Proposal Form it submitted: "Base Bid"- $1,947,000.00; "Additive Alternate

2566No.1"- $6,000.00; and "Unit Price No. 1"- $36,484.00. Unlike Petitioner,

2580Intervenor included in its "Base Bid" the price of the fire protection system;

2593however, even if it had not done so, its "total bid price" would still have been

2609substantially higher than Petitioner's.

261318. Janus quoted the following prices on the completed revised Proposal

2624Form it submitted: "Base Bid"- $1,970,000.00; "Additive Alternate No.1"-

2637$2,020.00; and "Unit Price No. 1"- $90,000.00. 2/

264819. After bid opening, the School Board's contract administrator for the

2659Project, Albert Paglia, correctly determined that Petitioner was the lowest

2669responsive bidder.

267120. Thereafter, he telephoned Pirrotta to congratulate him on his

2681company's successful bid.

268421. Before his telephone conversation with Pirrotta, Paglia assumed that

2694Petitioner's "Base Bid" included the price of the fire protection system. He

2706learned otherwise, however, after speaking with Pirrotta, who informed him that

2717Petitioner's "total bid price," excluding "Additive Alternate No. 1," was its

"2728Base Bid" of $1,672,000.00, plus the $80,000.00 for the fire protection system

2743reflected as "Unit Price No. 1" on its completed revised Proposal Form.

275522. Paglia and others with whom he was working on the Project perceived

2768this as a problem. They therefore brought the matter to the attention of

2781Lawrence Zabik, the School Board's assistant superintendent for support

2790services.

279123. Zabik's initial reaction was to award the contract for the Project,

2803including the fire protection system, to Petitioner for $1,672,00.00,

2814Petitioner's "Base Bid."

281724. Pirrotta was unwilling to undertake the Project for that amount.

282825. By letter to Zabik dated May 5, 1993, Intervenor gave notice to the

2842School Board of its intent to protest any award made to Petitioner. The letter

2856provided as follows:

2859Based on our review of the Bid Documents

2867submitted by J.D. Pirrotta on April 20, 1992,

2875we are notifying you of our intent to protest

2884the award of the above referenced project to

2892any firm other than Milne & Nicholls, Inc.

2900We will base our protest on the non-

2908responsiveness of J.D. Pirrotta's bid. As you

2915are aware, Mr. Pirrotta requested an

2921additional $80,000 to compensate him for his

2929misinterpretation of Unit Price #1 as an

2936additive alternate. It is now apparent that

2943his bid is incomplete and therefore non-

2950responsive.

2951Please advise us of the Owner's intention with

2959regard to the Award on this project.

296626. Zabik referred the letter to the School Board's Office of the General

2979Counsel.

298027. By letter dated May 13, 1993, authored by one of the School Board's

2994attorneys, the School Board announced that it intended to reject all bids and

3007readvertise, giving the following explanation:

3012In the instant case, since the bid is

3020susceptible to two interpretations, one of

3026which would be that the Fire Protection System

3034was included in the base bid, and the other

3043that it was not leads to an unfair economic

3052advantage by one bidder over others. The

3059example would be that the low bidder in the

3068instant case is permitted to add the Fire

3076Protection System on as an alternate when it

3084was not intended.

3087Given the ambiguity, the bid should be

3094rejected and the specifications rewritten and

3100readvertised. [Citations omitted.]

3103In the instant case, rejection of all bids is

3112the only reasonable solution so that all

3119parties are given a fair playing field. The

3127School Board has not acted arbitrarily or

3134capriciously in arriving at this decision to

3141readvertise, given the parties place a

3147different interpretation on the bid proposal

3153form.

315428. The concerns expressed in the letter that Pirrotta obtained an "unfair

3166economic advantage" over the other bidders as a result of the "ambiguity" in the

3180bid documents are unwarranted.

3184CONCLUSIONS OF LAW

318729. District school boards in this State, with certain limited exceptions

3198not applicable to the instant case, are required to purchase commodities and

3210services through the process of competitive bidding. Section 237.02(2), Fla.

3220Stat.; Rule 6A-1.012, Fla. Admin. Code.

322630. It has been said on more than one occasion that competitive bidding

3239requirements, such as those imposed upon district school boards, have as their

3251purpose and object the following:

3256[T]o protect the public against collusive

3262contracts; to secure fair competition upon

3268equal terms to all bidders; to remove not

3276only collusion but temptation for collusion

3282and opportunity for gain at public expense;

3289to close all avenues to favoritism and fraud

3297in various forms; to secure the best values

3305for the [public] at the lowest possible

3312expense; and to afford an equal advantage

3319to all desiring to do business with the

3327[government], by affording an opportunity for

3333an exact comparison of bids.

3338Wester v. Belote, 103 Fla. 976, 138 So. 721, 723-24 (Fla. 1931); Harry Pepper &

3353Associates, Inc. v. City of Cape Coral, 352 So.2d 1190, 1192 (Fla. 2d DCA 1977).

336831. In soliciting and accepting competitive bids, a district school board

3379has wide discretion. See D.O.T. v. Groves-Watkins Constructors, 530 So.2d 912,

3390913 (Fla. 1988); Liberty County v. Baxter's Asphalt & Concrete, Inc., 421 So.2d

3403505, 507 (Fla. 1982). It has "the authority to reject any or all bids" and to

3419accept, what it deems to be, "the lowest and best bid." Rule 6A-1.012, Fla.

3433Admin. Code.

343532. A school board's discretion with respect to these matters, while

3446broad, is not unbridled. Such discretion may not be exercised in a manner that

3460is illegal, dishonest, fraudulent, arbitrary, unreasonable, capricious or in any

3470other way that would subvert or undermine the purpose and object of competitive

3483bidding. See D.O.T. v. Groves-Watkins Constructors, 530 So.2d 912, 913-14 (Fla.

34941988); Caber Systems v. Department of General Services, 530 So.2d 325, 336

3506(Fla. 1st DCA 1988); Couch Construction Company, Inc. v. Department of

3517Transportation, 361 So.2d 172, 175 (Fla. 1st DCA 1978); Wood-Hopkins

3527Contracting Company v. Roger J. Au & Son, Inc., 354 So.2d 446, 450 (Fla. 1st DCA

35431978).

354433. In the instant case, the School Board has announced its intention to

3557reject all bids, including Petitioner's, and to readvertise the Project because

3568the bid documents it issued did not clearly and unambiguously indicate to

3580prospective bidders whether the price of the fire protection system should be

3592included in the "Base Bid," resulting in one of the bidders, Intervenor,

3604determining that it should be included and another bidder, Petitioner,

3614concluding that it should be excluded. The existence of an ambiguity

3625constitutes a rational basis upon which a district school board may lawfully

3637reject all bids and readvertise, but only if such ambiguity has given one bidder

3651an unfair advantage over his competitors or has otherwise tainted the outcome of

3664the competitive bidding process. See Caber Systems v. Department of General

3675Services, 530 So.2d 325 (Fla. 1st DCA 1988); Tropabest Foods, Inc. v.

3687Department of General Services, 493 So.2d 50, 52 (Fla. 1st DCA 1986); Robinson

3700Electrical Co., Inc. v. Dade County, 417 So.2d 1032, 1034 (Fla. 3d DCA 1982).

371434. The lack of clarity that the School Board has found in the bid

3728documents in the instant case has had no such adverse impact on the competitive

3742bidding process. The evidence clearly and unmistakably demonstrates that even

3752if all three bidders had been under the same understanding regarding whether the

"3765Base Bid" should include the price of the fire protection system, Petitioner

3777would still have submitted the lowest and best bid. Moreover, Petitioner's

3788interpretation of the bid documents, more so than the contrary interpretation

3799urged by Intervenor, gives the words used by the School Board in these documents

3813their natural and most commonly understood meaning and therefore should prevail

3824over Intervenor's interpretation and be utilized by the School Board in

3835determining the amount of the contract award. See Tropabest Foods, Inc. v.

3847Department of General Services, 493 So.2d 50, 51-52 (Fla. 1st DCA 1986).

385935. In light of the foregoing, the School Board, rather than rejecting all

3872bids and readvertising, should award the contract for the Project to Petitioner,

3884the lowest and best responsive bidder, for $1,752,000.00, plus the price for

"3898Additive Alternate No. 1" should the School Board choose to include this

3910alternate within the Project's scope of work.

3917RECOMMENDATION

3918Based upon the foregoing Findings of Fact and Conclusions of Law, it is

3931hereby

3932RECOMMENDED that the Palm Beach County School Board enter a final order

3944sustaining the instant bid protest and awarding to Petitioner, as the lowest and

3957best responsive bidder, the contract for School Board Project No. 349661 for

3969$1,752,000.00, plus the price for "Additive Alternate No. 1" should the School

3983Board choose to include this alternate within the Project's scope of work.

3995DONE AND ENTERED in Tallahassee, Leon County, Florida, this 7th day of

4007July, 1993.

4009___________________________________

4010STUART M. LERNER

4013Hearing Officer

4015Division of Administrative Hearings

4019The DeSoto Building

40221230 Apalachee Parkway

4025Tallahassee, Florida 32399-1550

4028(904) 488-9675

4030Filed with the Clerk of the

4036Division of Administrative Hearings

4040this 7th day of July, 1993.

4046ENDNOTES

40471/ They intended to use the "unit prices" quoted on the Proposal Forms that the

4062bidders submitted for informational purposes only.

40682/ The evidence does not reveal whether or not Janus included in its "Base Bid"

4083the price of the fire protection system.

4090APPENDIX TO RECOMMENDED ORDER

4094IN CASE NO. 93-2822BID

4098The following are the Hearing Officer's specific rulings on the "findings

4109of facts" proposed by the parties in their post-hearing submittals:

4119Petitioner's Proposed Findings

41221-15. Accepted and incorporated in substance, although not necessarily

4131repeated verbatim, in this Recommended Order.

413716. To the extent that this proposed finding asserts that there was

4149nothing at all in the bid documents that might lead one to believe that the

4164price of the fire protection system was to be included in the "Base Bid," it has

4180been rejected because it is not supported by persuasive competent substantial

4191evidence. Otherwise, it has been accepted and incorporated in substance.

420117-19. Accepted and incorporated in substance.

420720. To the extent that this proposed finding suggests that the bid

4219documents clearly and unambiguously indicated to prospective bidders that the

4229price of the fire protection system was to be excluded from the "Base Bid," it

4244has been rejected because it is not supported by persuasive competent

4255substantial evidence. Otherwise, it has been accepted and incorporated in

4265substance.

426621-23. Accepted and incorporated in substance.

427224-25. Not incorporated in this Recommended Order because it would add

4283only unnecessary detail to the factual findings made by the Hearing Officer.

429526. First sentence: Accepted and incorporated in substance; Second

4304sentence: Not incorporated in this Recommended Order because it would add only

4316unnecessary detail to the factual findings made by the Hearing Officer.

432727-29. Accepted and incorporated in substance.

433330. First sentence: Not incorporated in this Recommended Order because it

4344would add only unnecessary detail to the factual findings made by the Hearing

4357Officer; Second sentence, before comma: Accepted and incorporated in

4366substance; Second sentence, after comma: Rejected as a finding of fact because

4378it constitutes legal argument.

438231. Accepted and incorporated in substance.

438832. Rejected because it is not supported by persuasive competent

4398substantial evidence.

440033. Before comma: To the extent that this proposed finding states that

4412the School Board's basis for rejection of all bids was an ambiguity in the bid

4427documents, it has been accepted and incorporated in substance. To the extent

4439that it states that there existed no such ambiguity, it has been rejected

4452because it is not supported by persuasive competent substantial evidence; After

4463comma: Rejected as a finding of fact because it constitutes legal argument.

447534-35. Accepted and incorporated in substance.

448136. Rejected because, even if true, it would not change the result of the

4495instant case.

4497The School Board's Proposed Findings

45021. Accepted and incorporated in substance.

45082. First, second and third sentences: Accepted and incorporated in

4518substance; Fourth sentence: To the extent that this proposed finding states

4529that Pirrotta viewed the price of the fire protection system as an "additive

4542alternate," it has been rejected because it is not supported by persuasive

4554competent substantial evidence. Otherwise, it has been accepted and

4563incorporated in substance; Fifth sentence: To the extent that this proposed

4574finding states that Intervenor argued in its bid protest that Petitioner should

4586not be awarded the contract for the Project "because Pirrotta requested an

4598additional $80,000 to compensate it for a misinterpretation of unit price # 1 as

4613an additive alternate," it has been accepted and incorporated in substance. To

4625the extent that it suggests that Petitioner in fact misinterpreted the bid

4637document and thereafter sought to add $80,000.00 to its "total bid price" to

4651compensate for this misinterpretation, it has been rejected because it is

4662contrary to the greater weight of the evidence.

46703. First and second sentences: Not incorporated in this Recommended Order

4681because it would add only unnecessary detail to the factual findings made by the

4695Hearing Officer; Third sentence: To the extent that this proposed finding

4706suggests that Petitioner would in fact "be given an unfair economic advantage

4718over all other bidders" if the School Board accepted Petitioner's interpretation

4729of the bid documents, it has been rejected because it is contrary to the greater

4744weight of the evidence. Otherwise, it has been accepted and incorporated in

4756substance.

47574-6. Accepted and incorporated in substance.

4763Intervenor's Proposed Findings

4766Intervenor has adopted the School Board's proposed findings of fact 1

4777through 5, which are specifically addressed above, and has not submitted any

4789additional proposed findings of fact.

4794COPIES FURNISHED:

4796John W. Foster, Sr., Esquire

4801Baker & Hostetler

48042300 Sun Bank Center

4808200 South Orange Avenue

4812Post Office Box 112

4816Orlando, Florida 32802

4819Robert A. Rosillo, Esquire

4823School Board of Palm Beach County

48293318 Forest Hill Boulevard

4833Suite C302

4835West Palm Beach, Florida 33406-5813

4840Thomas F. Munroe, II, Esquire

4845Foley & Lardner

4848777 South Flagler Drive

4852Suite 200- East Tower, Philips Point

4858West Palm Beach, Florida 33401-6163

4863Lawrence Zabik, Assistant Superintendent for Support Services

4870School Board of Palm Beach County

48763318 Forest Hill Boulevard

4880Suite C310

4882West Palm Beach, Florida 33406-5813

4887NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

4893All parties have the right to submit written exceptions to this recommended

4905order. All agencies allow each party at least 10 days in which to submit

4919written exceptions. Some agencies allow a larger period of time within which to

4932submit written exceptions. You should contact the agency that will issue the

4944final order in this case concerning agency rules on the deadline for filing

4957exceptions to this recommended order. Any exceptions to this recommended order

4968should be filed with the agency that will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
Date: 08/29/1996
Proceedings: Final Order filed.
PDF:
Date: 07/07/1993
Proceedings: Recommended Order
PDF:
Date: 07/07/1993
Proceedings: Recommended Order sent out. CASE CLOSED. Hearing held 6/11/93.
Date: 06/28/1993
Proceedings: Petitioner's Proposed Findings of Fact and Conclusions of Law; Petitioner's Brief in Support of Petitioner's Proposed Findings of Fact and Conclusions of Law filed.
Date: 06/28/1993
Proceedings: Findings of Facts w/cover Letter filed. (From Thomas F. Munro, II)
Date: 06/25/1993
Proceedings: Findings of Fact w/cover Letter filed. (From Thomas F. Munro, II)
Date: 06/23/1993
Proceedings: Respondent's Proposed Findings of Fact and Conclusions of Law filed.
Date: 06/18/1993
Proceedings: Transcript (Vol-1) w/Exhibits filed.
Date: 06/14/1993
Proceedings: Prehearing Stipulation filed.
Date: 06/11/1993
Proceedings: Case Authorities in J.D. Pirrotta Company's Bid Protest filed.
Date: 06/11/1993
Proceedings: CASE STATUS: Hearing Held.
Date: 06/09/1993
Proceedings: Notice of Compliance filed.
Date: 06/09/1993
Proceedings: Letter. to SML from J. Foster; Letter. to SML from T. Munro filed.
Date: 06/08/1993
Proceedings: Prehearing Stipulation filed.
Date: 06/08/1993
Proceedings: Pirrotta's Response to Milne and Nicholls' Motion to Intervene filed.
Date: 06/04/1993
Proceedings: Order sent out. (RE: Petition for intervention for Milne & Nicholls, Inc., granted)
Date: 06/01/1993
Proceedings: Milne & Nicholls' Motion to Intervene filed.
Date: 05/28/1993
Proceedings: Milne & Nicholls' Motion to Intervene filed.
Date: 05/27/1993
Proceedings: Stipulation of Parties filed. (From Robert A. Rosillo)
Date: 05/25/1993
Proceedings: Notice of Hearing sent out. (hearing set for 6/11/93; 9:00am; WPB)
Date: 05/25/1993
Proceedings: Prehearing Order sent out.
Date: 05/24/1993
Proceedings: Agency referral letter; Request for Administrative Hearing, letter form; Proposal Form filed.

Case Information

Judge:
STUART M. LERNER
Date Filed:
05/24/1993
Date Assignment:
05/24/1993
Last Docket Entry:
08/29/1996
Location:
West Palm Beach, Florida
District:
Southern
Agency:
County School Boards
Suffix:
BID
 

Related DOAH Cases(s) (1):

Related Florida Statute(s) (2):

Related Florida Rule(s) (1):