04-004609BID Maximus, Inc. vs. Agency For Persons With Disabilities
 Status: Closed
Recommended Order on Tuesday, March 15, 2005.


View Dockets  
Summary: Petitioner did not meet its burden of proving that Respondent`s intended action is clearly erroneous, contrary to competition, arbitrary, or capricious.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8MAXIMUS INC., )

11)

12Petitioner, )

14)

15vs. ) Case No. 04 - 4609BID

22)

23AGENCY FOR PERSONS WITH )

28DISABILITIES, )

30)

31Respondent, )

33)

34and )

36)

37INNOVATIVE RESOURCE GROUP, LLC )

42d/b/a APS HEALTHCARE MIDWEST, )

47)

48Intervenor. )

50___________________________________)

51RECOMMENDED ORDER

53A formal hearing was held pursuant to notice, on

62February 2, 2005, in Tallahassee, Florida, before Barbara J.

71Staros, assigned Administrative Law Judge of the Division of

80Administrative Hearings.

82APPEARANCES

83For Petitioner: David C. Ashburn, Esquire

89Greenberg Traurig, P.A.

92Post Office Drawer 1838

96Tallahassee, Florida 32302

99For Respondent: Mary Piccard Vance, Esquire

105Vezina, Piccard & Piscitelli, P.A.

110318 North Calhoun Street

114Tallahassee, Florida 32301

117For Intervenor: Karen D. Walker, Esquire

123Holland & Knight, LLP

127315 South Calhoun Street, Suite 600

133Tallahassee, Florida 32301

136STATEMENT OF THE ISSUE

140Whether Respondent's intended award of t he contract

148arising out of Request for Proposal No. 09L04FP4 to Intervenor

158is clearly erroneous, contrary to competition, arbitrary, or

166capricious.

167PRELIMINARY STATEMENT

169On November 12, 2004, the Agency for Persons with

178Disabilities (Agency) posted its N otice of Intended Award to

188award a contract to conduct additional reviews of prior

197service authorizations for individuals enrolled in the

204Developmental Disabilities Home and Community - Based Services

212waiver program pursuant to Request for Proposal No. 09L04 FP4

222(the RFP). The Notice referenced the scores attributable to

231the three proposals received. Intervenor, Innovative Resource

238Group, LLC, d/b/a APS Healthcare Midwest (APS) 1/ was awarded

248the highest score and Petitioner, Maximus, Inc. (Maximus),

256received the second highest score. Petitioner timely filed a

265Petition for Formal Administrative Proceedings challenging the

272Agency's intended decision. The Petition for Formal

279Administrative Proceedings was forwarded to the Division of

287Administrative Hearings on or about December 27, 2004. By

296agreement of the parties to extend the timeframe as set forth

307in Section 120.57(3), Florida Statutes, a formal hearing was

316scheduled for February 2 and 3, 2005.

323On January 13, 2005, APS filed an unopposed Petition for

333Lea ve to Intervene, which was granted.

340The parties filed a Prehearing Stipulation. The parties

348stipulated to the admission of Joint Exhibits numbered 1

357through 9. At hearing, Petitioner presented the testimony of

366Richard Zelznak, Lorena Fulcher, and Linda D avis.

374Petitioner's E xhibits numbered 1 and 2 were admitted into

384evidence. Intervenor presented the testimony of David

391Hunsaker and the deposition testimony of Richard Zelznak.

399Intervenor's Exhibit numbered 1, Mr. Zelznak's deposition, was

407admitted into evidence. Respondent did not present witness

415testimony or exhibits.

418A Transcript, consisting of two volumes, was filed on

427February 9, 2005. The parties timely filed Proposed

435Recommended Orders which have been considered in the

443preparation of this Recomme nded Order. All citations are to

453Florida Statutes (2004) unless otherwise indicated.

459FINDINGS OF FACT

462Stipulated Facts

4641. In accordance with a 2001 legislative mandate, the

473Developmental Disabilities Program, formerly part of the

480Department of Children a nd Family Services and now within the

491Agency, established a requirement for prior service

498authorization (PSA) reviews for individuals enrolled in the

506Developmental Disabilities Home and Community Based Services

513waiver (waiver).

5152. Following a competitive procurement process, Maximus,

522Petitioner herein, was awarded a contract to provide PSA

531reviews for persons satisfying certain selection criteria, and

539related services.

5413. These PSA reviews ensure that services for which

550reimbursement is provided under the waiver are based on

559medical necessity.

5614. Currently only those cost plans that meet certain

570selection criteria are reviewed.

5745. A 2004 legislative mandate required the Developmental

582Disabilities program to expand the PSA program to review all

592support an d cost plans for the waiver, including those that do

604not meet the selection criteria that trigger a PSA review

614under the Agency's existing contract with Maximus.

6216. On or about October 13, 2004, the Agency issued

631Request for Proposal No. 09L04FP4 - Agency for Persons With

641Disabilities Prior Service Authorization Reviews (the APSAR

648contract).

6497. The RFP sought a vendor to serve as the contracted

660provider to conduct the additional reviews required by the

6692004 legislative mandate (the ASPAR Contractor). The RFP

677proposals were to include responses to inquiries concerning

685the qualifications and capabilities of each proposer, as well

694as the proposed's vendor's proposal for providing the

702requested services (the technical proposal) and a separate

710proposal setting forth the proposed vendor's costs for

718providing such services (the cost proposal).

7248. Pursuant to the provisions of the RFP, the ASPAR

734Contractor will be responsible for reviewing these additional

742support plans and cost plans in order to ensure that

752ind ividuals receiving waiver services receive medically

759necessary services to meet their identified needs.

7669. Pursuant to the provisions of the RFP, the ASPAR

776Contractor will be responsible for determining whether the

784Developmental Disabilities program is th e appropriate funding

792source for the service(s) identified and shall recommend

800alternative funding mechanisms.

80310. The RFP set forth evaluation criteria and a scoring

813process in which a proposal could receive a maximum of 100

824points, 25 of which are attri butable to the cost proposal.

835The RFP states that "[t]he agency will attempt to contract

845with the prospective vendor attaining the highest total

853price."

85411. The deadline for submission of proposals in response

863to the RFP was November 2, 2004.

87012. The Ag ency received proposals from three prospective

879vendors: APS, Maximus, and First Health Services.

88613. On November 12, 2004, the Agency posted its Notice

896of Intended Award of the APSAR contract to APS.

90514. The Notice of Intended Award reflected the

913pros pective vendors' scores as follows: APS, 86.45; Maximus,

92282.06; and First Health, 71.52.

92715. Of its total score of 86.75, APS received 25 points

938for its cost proposal as the prospective vendor with the

948lowest total price.

95116. On November 16, 2004, Maxim us timely filed a notice

962of intent to protest the Agency's intent to award the ASPAR

973contract to APS.

97617. Maximus timely filed its formal written protest, a

985Petition for Administrative Proceedings, with an accompanying

992bond which satisfied the applicable statutory and RFP

1000requirements.

1001Findings of Fact Based on the Evidence of the Record

101118. APS has standing to intervene in this proceeding.

102019. The APSAR contract being procured through the RFP is

1030a fixed price contract.

103420. Lorena Fulcher is the Agency' s procurement manager

1043for the RFP. When the proposals were received, the Agency

1053screened each of them for compliance with a list of fatal

1064criteria set forth in Section 6.3.1 of the RFP. According to

1075Ms. Fulcher, the purpose of the initial screening was t o

1086determine whether the proposals should go to a formal

1095evaluation process. No scoring or points were associated with

1104whether a vendor met the fatal criteria. The Agency

1113determined that all three vendors met the fatal criteria.

1122Therefore, the three prop osals were sent to an evaluation

1132committee which was responsible for evaluating the technical

1140aspects of the proposals.

1144Fatal Criteria

114621. Petitioner asserts that Intervenor did not satisfy

1154one of the mandatory requirements of the RFP and, therefore,

1164its proposal should not have been forwarded for further review

1174and scoring by the evaluation committee.

118022. Section 5.4 of the RFP states that the mandatory

1190requirements are described as "Fatal Criteria" on the RFP

1199rating sheet and that failure to comply wi th all mandatory

1210requirements will render a proposal non - responsive and

1219ineligible for further evaluation.

122323. Section 6.3.1 of the RFP is entitled, "Fatal

1232Criteria." One criterion reads as follows: "Did the proposal

1241document and describe at least one ye ar of experience in the

1253developmental disabilities field and with Home and Community

1261Based Services waivers?"

126424. According to Ms. Fulcher, the Agency looked at each

1274proposal in its entirety to determine that there was prior

1284experience with the sort of re view that the Agency was trying

1296to procure with the RFP.

130125. Ms. Fulcher referenced several pages of Intervenor's

1309proposal relating to this criterion that the Agency reviewed

1318in making its determination to send Intervenor's proposal to

1327the evaluation comm ittee.

133126. One such reference is contained on page 9 of

1341Intervenor's proposal. That page references Intervenor's

1347experience with Georgia Medicaid since 1999. On page 84 of

1357Intervenor's proposal, that experience is further described as

"1365Prior authorizati on and Concurrent Review for all Medicaid

1374services under the Rehabilitation Option to individuals with

1382mental health disorders and/or developmental disabilities.

1388Specialized projects include technical assistance to HCBS

1395Waiver providers."

139727. Intervenor was formed in the early 1990's and was

1407acquired by APS Healthcare in 2002. Intervenor's proposal

1415explains: "APS Midwest is a wholly owned subsidiary of APS

1425Healthcare Bethesda, Inc. APS Midwest, formerly known as

1433Innovative Resource Group, was acquired by APS in 2002."

144228. Petitioner argues that the Georgia experience should

1450not have been counted because it was experience acquired prior

1460to the 2002 acquisition of Intervenor. Specifically,

1467Petitioner argues that since the Georgia project has been

1476ongo ing since 1999 and since Intervenor was not acquired by

1487the APS parent company until 2002, that Intervenor could not

1497have been the provider.

150130. APS Healthcare, and its subsidiaries, including

1508Intervenor, are managed as a single entity and many of their

1519s ervices and resources are integrated. The evidence

1527established that the resources of the APS family of companies

1537are available in the performance of the contract.

154531. Moreover, the undersigned is not persuaded that

1553Intervenor was prohibited in any way by the language of the

1564RFP or otherwise, from referencing experience obtained by a

1573parent or related corporate entity prior to the 2002

1582acquisition.

158332. Intervenor's proposal contained references to other

1590experience which the Agency considered in determin ing that

1599Intervenor's proposal met the one - year experience fatal

1608criterion at issue. These included experience obtained in

1616Pennsylvania, Idaho, and other states in the developmental

1624disabilities field and with home and community based services

1633waivers.

163433. The Agency's determination that Intervenor met the

"1642one - year" experience fatal criterion is supported by the

1652evidence of record. The Agency's decision to forward

1660Intervenor's proposal to the evaluation committee was

1667appropriate. Any evaluation or sc oring of the content of

1677Intervenor's representations was left to the evaluation

1684committee.

1685The Cost Proposals

168834. Section 4.4 of the RFP reads in pertinent part as

1699follows:

1700The prospective vendor shall clearly

1705present in the cost proposal the total cos t

1714for each deliverable as described in

1720Section 3.6, Task List. A pricing schedule

1727must be presented that indicates a unit

1734cost for each task to be performed, with

1742all task amounts added for a grand total

1750cost for each deliverable.

1754The total cost of al l deliverables will be

1763presented as the proposed total contract

1769amount. The cost proposal must be bound

1776separately.

1777The vendor must submit as supporting

1783documentation, a detailed line - item budget

1790that delineates and constitutes all costs

1796contained in the proposed total contract

1802amount. The line - item budget shall

1809delineate the number and type of positions

1816that will be required to complete the work

1824identified for each major task, and

1830discrete associated expenses.

1833Further, Section 4.4 included a g rid described as an "Example

1844Format of the Pricing Schedule." The RFP does not state that

1855a proposer must use the grid format provided in this section.

1866The grid includes columns marked "Unit Cost," "Number of

1875Units," "Amount for Year 1," "Amount for Year 2" and "Amount

1886for Year 3." At the bottom of the grid, there is a line for a

"1901Total per year" and there is a line for the "Grand Total."

191335. APS used the grid format as shown in Section 4.4 of

1925the RFP. Below the grid, APS included a notation that reads :

"1937Please note that costs are adjusted for years two and three

1948accordingly." Following this notation are four "bullets" one

1956of which reads: "Unit cost for PSA reviews slightly increase

1966to reflect a 1 - 2% growth rate in years two and three.

1979However, if th e number of reviews significantly increase more

1989than this amount, pricing would have to be adjusted

1998accordingly."

199936. Petitioner argues that the language of the above

2008referenced "bullet" constitutes a contingent price, as opposed

2016to a fixed price as requi red by the RFP, and, therefore,

2028Intervenor should have received a score of zero for its cost

2039proposal.

204037. Section 6.3.3. of the RFP provides in pertinent

2049part: "Evaluating Cost Proposals -- The prospective vendor with

2058the lowest total price shall be award ed 25 points or 25% of

2071the maximum total score." Section 6.3.3 further provides that

2080the other prospective vendors would be awarded points by

2089dividing the lowest price by the prospective vendor's price

2098and then dividing the resulting percentage by four.

21063 8. The Agency scored the cost proposal by the grand

2117total stated in each proposal. That is, the points assigned

2127for the cost proposals were based solely on the total price

2138proposed. According to Ms. Fulcher, the Agency ignored the

2147bullets for purposes o f scoring the cost proposals because the

2158RFP was for a fixed price contract.

216539. Petitioner Maximus submitted a total cost proposal

2173in the amount of $10,259,131. Intervenor APS submitted a

2184total cost proposal in the amount of $7,460,615.

219440. Accordi ngly, the Agency awarded Intervenor 25 points

2203for submitting the proposal with the lowest grand total cost

2213of the three vendors, and awarded Petitioner 18 points for its

2224grand total cost.

222741. There is nothing in the referenced "bullet" in APS'

2237proposal th at implies that the grand total might increase.

2247The "bullet" clearly references "unit costs" only. Moreover,

2255Section 4.3 of the RFP states that payment method and pricing

2266will be determined during negotiations. According to

2273Ms. Fulcher, the cost info rmation requested other than the

2283total cost was to be used only for purposes of negotiating and

2295drafting the contract.

229842. Petitioner argues that Intervenor's cost proposal

2305contained mathematical errors that, if corrected, would

2312increase the total cost proposed. The difference between the

2321two proposals was $2,798,516. The evidence does not establish

2332that if the mathematical errors were corrected, Intervenor's

2340actual cost would have been higher than Petitioner's proposed

2349total cost. Further, Petitioner offered testimony speculating

2356how Intervenor's actual costs might be higher than those

2365reflected in Intervenor's proposal. Petitioner's speculation

2371in this regard is of no consequence. Moreover, the contract

2381is clearly a fixed fee contract. The propose rs, including

2391Intervenor, are bound by the fixed total cost reflected in the

2402respective proposals. 2/

2405The Technical Proposals

240843. Petitioner asserts that the Agency erroneously

2415scored its technical proposal, thereby depriving Petitioner of

2423points that woul d have resulted in an award of the contract to

2436Petitioner.

243744. The RFP required the vendors to submit sealed

2446technical proposals separate from the cost proposals. In

2454contrast to the cost proposals, the scoring formula for the

2464technical proposals was not based on a ratio comparison of the

2475best proposal to the other proposals. Rather, the formula for

2485scoring the technical proposals provided that the total score

2494of each technical proposal would be divided by 48 to arrive at

2506a total percentage of 100 that wa s then converted into points.

2518Thus the formula for scoring technical proposals is not based

2528on a comparison of one vendor's proposal to the others, but is

2540based on how well each vendor did within a possible score of

255236.

255345. Section 6.3.4 of the RFP sets forth the formula for

2564scoring the technical proposals:

2568The prospective vendor with the highest

2574rating in this section (36 points) shall be

2582awarded 75% (75 points) of the maximum

2589possible score. Other prospective vendors

2594are awarded points using the follo wing

2601formula: The rating is divided by 48 to

2609determine the points awarded (36/48=75%).

2614Section 6.3.4 of the RFP also provided three examples applying

2624the formula for awarding points to technical proposals, with

2633each example showing a vendor's points div ided by 48.

264346. The numerator of the above formula was derived by

2653taking the average of the total points assigned by each of the

2665four evaluators, which was then divided by 48.

267347. The average of the evaluators' scores for

2681Petitioner's technical proposa l was 30.75. The average of the

2691evaluators' scores for the APS technical proposal was 29.5.

2700Accordingly, when the formula was applied, Petitioner's

2707technical proposal score was 64.06 (30.75/48=64.06%) and

2714Intervenor's technical proposal score was 61.45

2720( 29.5/48=61.45%).

272248. Petitioner argues that because it received the

2730highest technical score of 30.75, it was entitled to 75 points

2741for its technical proposal.

274549. Petitioner, nor any other vendor, received a score

2754of 36, the highest possible score for the technical proposal.

2764Because no vendor received the maximum possible technical

2772rating of 36 points, no vendor was awarded the maximum

2782possible score of 75 points for the technical proposals. The

2792agency applied the formula to the three vendors in a

2802con sistent manner.

280550. While the wording of Section 6.3.4 is awkward, the

2815Agency's interpretation of that section is a reasonable one

2824that was applied equally to all vendors.

2831Petitioner's Proposal

283351. Finally, Intervenor asserts that Petitioner's

2839proposal w as non - responsive because it is dependant upon

2850Petitioner continuing to provide services under its existing

2858contract with the Agency. Petitioner's proposal was prepared

2866using a methodology that contemplated allocating some costs to

2875its existing contract a nd some costs to the contract solicited

2886by the RFP because Petitioner already has certain resources

2895that can be employed to provide services in the solicited

2905contract.

290652. There is no dispute that Petitioner holds a current

2916related contract. The Agency's determination that

2922Petitioner's proposal was responsive in this regard was

2930reasonable. How the costs are to be allocated was subject to

2941evaluation and scoring by the evaluation committee.

2948CONCLUSIONS OF LAW

295153. The Division of Administrative Hearings h as

2959jurisdiction over the parties and subject matter in this case

2969pursuant to Sections 120.569, 120.57(1), and 120.57(3),

2976Florida Statutes.

297854. Petitioner has challenged the Department's proposed

2985agency action to award the APSAR contract to APS.

299455. The burden of proof resides with the Petitioner.

3003The standard of proof in this proceeding is whether the agency

3014action was clearly erroneous, contrary to competition,

3021arbitrary, or capricious. § 120.57(3)(f), Fla. Stat.

302856. The underlying findings of fa ct in this case are

3039based on a preponderance of the evidence. § 120.57(1)(j),

3048Fla. Stat.

305057. This de novo proceeding was conducted for the

3059purpose of evaluating the action that was taken by the agency

3070in an attempt to determine whether that action is co ntrary to

3082the agency's governing statutes, the agency's rules or

3090policies, or the RFP specifications. See § 120.57(3)(f), Fla.

3099Stat., and State Contracting and Engineering Corporation v.

3107Department of Transportation , 709 So. 2d 607 (Fla. 1st DCA

31171998).

311858. An agency action is capricious if the agency takes

3128the action without thought or reason or irrationality. An

3137agency decision is arbitrary if it is not supported by facts

3148or logic. Agrico Chemical Co. v. State Department of

3157Environmental Regulation , 365 So. 2d 759, 763 (Fla. 1st DCA

31671978).

316859. Petitioner argues that the Agency's determination

3175that Intervenor met the "one - year experience" criterion is

3185arbitrary. However, the Agency's conclusion that Intervenor

3192demonstrated one - year of the reque sted experience is supported

3203by the facts as set forth above, and is not arbitrary.

321460. Petitioner argues that the Agency's review of the

3223cost proposals was arbitrary and capricious in that it only

3233took into consideration the total costs opposed to a m ore

3244detailed examination of the cost proposals. However, Section

32526.3.3 of the RFP, quoted above, clearly states that the

3262prospective vendor with the lowest total price shall be

3271awarded 25 points or 25% of the maximum total score. Thus,

3282the scoring of the cost proposal was not arbitrary or

3292capricious or contrary to the requirements of the RFP.

330161. Petitioner argues that the Agency erroneously

3308applied the formula set out in Section 6.3.4 in scoring its

3319technical proposal. However, the RFP states that a s core of

333036 would receive 75 points. None of the prospective vendors

3340scored 36. Thus, the Agency's action in calculating the score

3350of the technical proposals was not contrary to the language of

3361the RFP.

336362. The formula set forth in Section 6.3.4 of the RFP

3374was applied consistently to all three prospective vendor's

3382scores of the technical proposals, and, therefore did not give

3392a competitive advantage to any proposed vendor.

339963. Petitioner has not shown that the Agency's proposed

3408action is contrary to the Agency's governing statutes, rules,

3417or policies, or that it is contrary to the RFP specifications.

342864. Petitioner has not met its burden of proving by a

3439preponderance of the evidence that the Agency's proposed

3447action of awarding the contract to APS is clearly erroneous,

3457arbitrary, capricious, or contrary to competition.

3463RECOMMENDATION

3464Based upon the foregoing Findings of Fact and Conclusions

3473of Law set forth herein, it is

3480RECOMMENDED:

3481That the Agency for Persons with Disabilities enter a

3490final order dismissing Petitioner's protest.

3495DONE AND ENTERED this 15th day of March, 2005, in

3505Tallahassee, Leon County, Florida.

3509S

3510BARBARA J. STAROS

3513Administrative Law Judge

3516Division of Administrative Hearings

35201 230 Apalachee Parkway

3524The DeSoto Building

3527Tallahassee, Florida 32399 - 3060

3532(850) 488 - 9675 SUNCOM 278 - 9675

3540Fax Filing (850) 921 - 6847

3546www.doah.state.fl.us

3547Filed with the Clerk of the

3553Division of Administrative Hearings

3557this 15th day of March, 2005.

3563ENDNOTES

35641/ The Notice of Intended Award referred to simply APS

3574Healthcare.

35752 / At hearing, Petitioner also argued that Intervenor's cost

3585proposal was defective in that the grid containing Intervenor's

3594pricing schedule does not include the unit co st and number of

3606units for years two and three of the contract. However,

3616Petitioner, in its Proposed Recommended Order, appears to have

3625abandoned that argument. In any event, the evidence does not

3635establish that this was a requirement of the RFP.

3644COPIE S FURNISHED:

3647David C. Asburn, Esquire

3651Greenberg Traurig, P.A.

3654Post Office Drawer 1838

3658Tallahassee, Florida 32302

3661Mary Piccard Vance, Esquire

3665Vezina, Piccard & Piscitelli, P. A.

3671318 North Calhoun Street

3675Tallahassee, Florida 32301

3678Karen D. Walker, Esqui re

3683Holland & Knight, LLP

3687315 South Calhoun Street, Suite 600

3693Tallahassee, Florida 32301

3696Shelly Brantley, Director

3699Agency for Persons With Disabilities

37044030 Esplanade Way, Suite 380

3709Tallahassee, Florida 32399 - 0950

3714P. Kathlyne Jameson, General Counsel

3719Agency for Persons With Disabilities

37244030 Esplanade Way, Suite 380

3729Tallahassee, Florida 32399 - 0950

3734NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

3740All parties have the right to submit written exceptions within

375010 days from the date of this recommended o rder. Any exceptions

3762to this recommended order should be filed with the agency that

3773will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 04/15/2005
Proceedings: Agency Final Order filed.
PDF:
Date: 04/13/2005
Proceedings: Agency Final Order
PDF:
Date: 03/15/2005
Proceedings: Recommended Order
PDF:
Date: 03/15/2005
Proceedings: Recommended Order (hearing held February 2, 2005). CASE CLOSED.
PDF:
Date: 03/15/2005
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 02/22/2005
Proceedings: Letter to Judge Staros from D. Ashburn enclosing disk containing a copy of the proposed order filed.
PDF:
Date: 02/21/2005
Proceedings: Maximus Inc.`s Proposed Findings of Fact and Conclusions of Law filed.
PDF:
Date: 02/21/2005
Proceedings: Proposed Recommended Order (filed by K. Walker).
PDF:
Date: 02/21/2005
Proceedings: Letter to A. Cole from K. Walker enclosing Proposed Recommended Order filed.
PDF:
Date: 02/21/2005
Proceedings: APD`s Proposed Recommended Order filed.
PDF:
Date: 02/21/2005
Proceedings: Notice of Filing Agency`s Proposed Recommended Order filed.
Date: 02/09/2005
Proceedings: Transcript filed.
Date: 02/02/2005
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 02/01/2005
Proceedings: Joint Pre-hearing Stipulation filed.
PDF:
Date: 01/26/2005
Proceedings: Maximus Inc.`s Responses to Innovative Resource Group, LLC`s Second Request for Production of Documents filed.
PDF:
Date: 01/24/2005
Proceedings: Maximus Inc.`s Response to Innovative Resource Group, LLC`s First Request for Production of Documents filed.
PDF:
Date: 01/24/2005
Proceedings: Notice of Service of Responses to IRG`s Fist Set of Interrogatories filed.
PDF:
Date: 01/21/2005
Proceedings: Intervenor, Innovative Resource Group, LLC d/b/a APS Healthcare Midwest`s, Second Request for Production of Documents to Petitioner, Maximus, Inc. filed.
PDF:
Date: 01/19/2005
Proceedings: Intervenor APS` Response to Maximus, Inc.`s First Request for Production of Documents filed.
PDF:
Date: 01/18/2005
Proceedings: Intervenor, Innovative Resource Group, LLC d/b/a APS Healthcare Midwest`s, First Request for Production of Documents to Petitioner, Maximus, Inc. filed.
PDF:
Date: 01/18/2005
Proceedings: Intervenor, Innovative Resource Group, LLC d/b/a APS Healthcare Midwest`s, Notice of Serving First Set of Interrogatories to Petitioner, Maximus, Inc. filed.
PDF:
Date: 01/18/2005
Proceedings: Order Granting Intervention (Innovative Resource Group, LLC, D/B/A APS Healthcare Midwest).
PDF:
Date: 01/18/2005
Proceedings: Amended Notice of Hearing (hearing set for February 2 and 3, 2005; 9:00 a.m.; Tallahassee, FL; amended as to Hearing dates).
PDF:
Date: 01/18/2005
Proceedings: Notice of Taking Deposition Duces Tecum filed.
PDF:
Date: 01/14/2005
Proceedings: Maximus, Inc.`s First Request for Production of Documents to Intervenor Innoovative Resource Group, LLC filed.
PDF:
Date: 01/13/2005
Proceedings: Petition for Leave to Intervene (filed by K. Parker).
PDF:
Date: 01/12/2005
Proceedings: Notice of Service of Answers to APD`s First Set of Interrogatories (filed by Petitioner).
PDF:
Date: 01/11/2005
Proceedings: APD`s Response to Maximus First Request for Production of Documents filed.
PDF:
Date: 01/10/2005
Proceedings: APD`s Notice of Service of First Interrogatories to Maximus filed.
PDF:
Date: 01/06/2005
Proceedings: Maximus, Inc.`s First Request for Production of Documents to the Agency for Persons with Disabilities filed.
PDF:
Date: 12/30/2004
Proceedings: Notice of Hearing (hearing set for February 2 and 4, 2005; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 12/30/2004
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 12/27/2004
Proceedings: Notice (of Agency referral) filed.
PDF:
Date: 12/27/2004
Proceedings: Petition for Formal Administrative Proceedings filed.

Case Information

Judge:
BARBARA J. STAROS
Date Filed:
12/27/2004
Date Assignment:
12/30/2004
Last Docket Entry:
04/15/2005
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related Florida Statute(s) (3):