05-000920BID Transportation Management Services Of Broward, Inc. vs. Commission For The Transportation Disadvantaged
 Status: Closed
Recommended Order on Friday, May 20, 2005.


View Dockets  
Summary: A member of the evaluation committee for the Request for Proposals for transportation services in Broward County had the appearance of a conflict of interest. The evaluation of the bids was improper and clearly erroneous. Recommend a re-bid.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8TRANSPORTATION MANAGEMENT )

11SERVICES OF BROWARD, INC., )

16)

17Petitioner, )

19)

20vs. ) Case No. 05 - 0920BID

27)

28COMMISSION FOR THE )

32TRANSPORTATION DISADVANTAGED, )

35)

36Respondent, )

38)

39and )

41)

42LOGISTICARE SOLUTIONS, LLC , )

46)

47Intervenor. )

49)

50RECOMMENDED ORDER

52A formal hearing was held before Daniel M. Kilbride,

61Administrative Law Judge of the Division of Administrative

69Hearings in Tallahassee , Florida , on April 4 and 5, 2005.

79APPEARANCES

80For Petitioner: E. A. "Seth" Mills, Jr., Esquire

88Mills, Paskert, Divers, P.A.

92100 North Tampa Street, Suite 2010

98Tampa, Florida 33602

101For Respondent: Jeffrey D. Jones, Esquire

107Tom Barnhart, Esquire

110Dep artment of Legal Affairs

115The Capitol, Plaza Level 01

120Tallahassee, Florida 32399 - 1050

125For Intervenor: Geoffrey D. Smith, Esquire

131Kellie D. Scott, Esquire

135Blank, Meenan & Smith, P.A.

140204 South Monroe Street

144Post Office Box 11068

148Tallah assee, Florida 32302 - 3068

154STATEMENT OF THE ISSUES

158Whether the N otice of I ntent issued by the Commission for

170the Transportation Disadvantaged (Respondent) to award a

177contract for Medicaid Non - Emergency Transportation Services

185(Medicaid NET Services) to Medicaid b eneficiaries in Broward

194County to LogistiCare Solutions, LLC (Intervenor) is contrary to

203Respondent's governing statutes, rules , or policies ;

209Whether the bid or proposal specifications relating to the

218receipt and evaluation of the Responses to the Requests for

228Proposals RFP - DOT - 04/05 - 9021 - LG (RFP) was clearly erroneous,

242contrary to competition, arbitrary, or capricious;

248Whether an evaluator was improperly biased or legally

256unqualified to render a fair and impartial evaluation; and

265Whether the provisions of the RFP, Federal l aw, Chapters

275286 and 287 , Florida Statutes (2004), or agency policy were

285violated by the proposed award to Respondent concerning the

294provision of Medicaid NET S ervices in Broward County.

303PRELIMINARY STATEMENT

305This is an ad ministrative proceeding involving a contract

314procurement protest filed by Transportation Management Services

321of Broward, Inc. (Petitioner) , as it relates to the proposed

331decision of Respondent to award a contract to Intervenor to

341provide non - emergency tran sportation services to Medicaid

350recipients in Broward County. Respondent, for purposes of

358administration, is attached to the Florida Department of

366Transportation ( FD OT).

370On January 24, 2005, F DOT posted its Notice of Intent to

382award a contract for Brow ard County to Intervenor. On

392January 25, 2005, Petitioner timely submitted its Notice of

401Intent to Protest to FDOT and filed its Petition for Formal

412Administrative Hearing with FDOT on February 3, 2005. Upon the

422failure of mediation to resolve this matte r, FDOT referred this

433matter to the Division of Administrative Hearings (DOAH) on

442March 10 , 2005.

445Upon motion, an Order G ranting I ntervention to Logisticare,

455Inc., was entered on March 11, 2005, and expedited discovery

465ensued.

466On April 4 , 2005, Intervenor filed a Motion to Amend its

477Petition for Leave to Intervene based on a scrivener's error ,

487which was considered at the commencement of the formal hearing

497on April 4, 2005. The Motion to Amend alleged that Intervenor

508mistakenly filed its Petition for Leave to Intervene under the

518name Logisticare , Inc., instead of Logisticare Solutions, LLC.

526It is found that Logisticare, Inc., is the parent company

536to Logisticare Solutions, LLC, which is a 100 - percent wholly -

548owned subsidiary of Logisticare, Inc. The Petitio n for Leave to

559Intervene clearly states that "Logisticare's substantial

565interest will be affected by the outcome of this proceeding

575because it has been awarded the contract through the process

585being disputed." It was clear from the p etition itself that

596Lo gisticare Solutions, LLC, was meant to be the intervening

606party. The fact that Logisticare, Inc.'s , name was on the

616Petition for Leave to Intervene , rather than Logisticare

624Solutions, LLC's, name , was a simple error.

631On April 4, 2005, at the commencement of the hearing,

641Petitioner brought an oral Motion to Dismiss Due to Lack of

652Standing before this tribunal. Petitioner argued that

659Logisticare, Inc.'s, substantial interests were not at stake in

668this proceeding, since they were not the real party in intere st.

680The Administrative Law Judge reserved ruling on both of the

690motions and allowed Intervenor to participate in the hearing.

699Upon the evidence, it is clear that the Motion to Amend

710should be granted and the Motion to Dismiss denied. Craig v.

721East Pasco Medical Center, Inc. , 650 So. 2d 179 (Fla. 2d DCA

7331995); Bill William s Air Conditioning & Heating, Inc. v.

743Haymarket Cooperative Bank , 592 So. 2d 302 (Fla. 1st DCA 199 1 ).

756At the final hearing, the parties stipulated to the

765admission of Joint Exhibits 1 th rough 12, 14 through 27, 28 - A

779through C, 29 - A, and 29 - B. Petitioner presented the oral

792testimony of Lisa Bacot, Robert Siedlecki , and Lillian Graham in

802its case - in - chief. Petitioner's Impeachment Exhibit 1 was also

814admitted into evidence as part of Petit ioner's case - in - chief.

827Respondent presented no oral testimony or exhibits, but

835participated in the hearing. During its case - in - chief,

846Intervenor presented the oral testimony of Kirk Gonzalez, but

855offered no additional exhibits. At the conclusion of the

864hearing, the parties requested and were granted 20 days from the

875filing of the transcript in which to file proposed recommended

885orders.

886The three - volume T ranscript of the hearing was filed

897April 9, 2005. Petitioner and Intervenor timely filed Proposed

906Re commended Order s on April 29, 2005. Respondent has not filed

918separate proposals as of the date of this Order. The parties'

929proposals have been carefully considered in preparation of th is

939Recommended Order.

941FINDINGS OF FACT

944A. Background

9461. Responde nt is an independent commission of the State of

957Florida created pursuant to Section 427.012, Florida Statutes

965(2004) , and housed administratively and fiscally within FDOT.

973Respondent's address is 605 Suwannee Street, Mail Station 49,

982Tallahassee, Florida 32399 - 0450. The stated purpose of the

992Commission is "to accomplish the coordination of transportation

1000services provided to the transportation disadvantaged."

1006§ 427.013, Fla. Stat. (2004). Respondent helps to provide

1015quality, efficient transportation ser vices for people who are

1024transportation disadvantaged, including the elderly, disabled

1030and those on low income. It provides transportation to doctor s '

1042offices, hospitals, and other kinds of health care services for

1052people who cannot afford to purchase tra nsportation or cannot

1062drive, for whatever reason.

10662. In order to accomplish its purpose, Respondent obtained

1075federal dollars from the United States Department of Health and

1085Human Services to pay for the services described in the RFP.

10963. Respondent , th rough FDOT, issued a n RFP f or qualified

1108Proposer s to provide Medicaid NET Services to Medicaid

1117b eneficiaries in Broward County and other counties in Florida.

11274. Respondent is required to comply with FDOT's

1135procurement rules, policies, and procedures. FDOT administered

1142the procurement process for Respondent by issuing the

1150solicitation and , otherwise , administratively handling the

1156procurement for Respondent.

11595. The Notice of Solicitation for bids was issued , and

1169responses were due on January 4, 2005.

11766. Neither party filed a challenge to the terms of the RFP

1188within the 72 - hour period after the posting pursuant to

1199Subsection 120.57(3)(b), Florida Statutes (2004).

12047. Two entities timely submitted proposals in response to

1213the RFP. Petitioner submitted a proposal in response to the RFP

1224and is a corporation authorized to do business in Florida.

1234Petitioner's business address is 16117 U.S. 19, Clearwater,

1242Florida 33764. Intervenor submitted a proposal in response to

1251the RFP and is a foreign , limited liab ility , for - profit

1263corporation registered to do business in the State of Florida.

1273Intervenor's principal business address is 1640 Phoenix

1280Boulevard, Suite 200, College Park, Georgia 30349.

12878. Oral presentations took place on January 1 9, 2005 , in

1298Tallah assee .

13019. On January 25, 2005, FDOT, on behalf of Respondent,

1311posted a Notice of Intent to Award Contract for Medicaid NET

1322Services for Broward County to Intervenor .

13291 0 . On January 25, 2005, Petitioner submitted to FDOT a

1341notice indicating its intent to protest the proposed award and

1351filed its timely Petition for Formal Administrative Hearing with

1360FDOT on February 3, 2005. Following mediation, FDOT referred

1369the matter to DOAH on March 10 , 2005.

1377B. The RFP

138011. FDOT assisted Respondent administratively in the

1387procurement of Medicaid NET S ervices described in the RFP. FDOT

1398policies and Chapter 287, Florida Statutes (2004), require

1406written justification when an agency elects to use an RFP as a

1418procurement method , rather than an Invitation to Bid (ITB).

142712 . Respondent, however, failed to document the need for

1437an RFP , rather than an ITB. However, no challenge was made as

1449to the use of an RFP , rather than an ITB , within 72 hours of the

1464release of the N otice of S olicitation.

147213. Respondent, nevertheless, requ ested written proposals

1479from qualified Proposers to provide Medicaid NET Services to

1488Medicaid b eneficiaries in Broward County.

149414. According to the RFP, Respondent sought to enter into

1504a one - year contract with providers in Brevard, Broward , and

1515Hillsboroug h counties for the delivery of transportation

1523services to the transportation disadvantaged.

152815. The contract price sheet s t ates that "[t]his is a set

1541price contract for each county, and price proposals are not

1551required."

155216. No entity submitting a proposal for provision of

1561Medicaid NET Services in Hillsborough, Brevard, or Broward

1569Counties submitted any price other than the signed price page in

1580each of their proposals. No Proposer filed any protest

1589regarding the "set" price in the solicitation , and no chal lenges

1600were made with regard to the contract price until the day of the

1613hearing.

161417. The form contract , attached to and incorporated in the

1624RFP , explicitly states that "[r]enewal of the contract shall be

1634in writing and shall be subject to the same terms an d conditions

1647set forth in the initial contract."

165318. Respondent expected that the original contract would

1661run for a one - year period and that the renewal period would not

1675exceed an additional three years. The RFP further stated that

1685the contract would be r enewable "for up to 3 years or the term

1699of the contract, whichever [was] longer."

170519. Respondent did not expect Proposer s to submit renewal

1715option prices.

171720. No Proposer for Hillsborough, Brevard , or Broward

1725Counties submitted any option renewal prices , a nd all accepted

1735the fact that renewals would be under the same terms and

1746conditions subject to annual appropriation.

175121. No Proposer filed any protest regarding the lack of

1761renewal option price s in the solicitation.

1768C . Proposals

177122 . The RFP anticipated th at Proposers would submit

1781written proposals in response to the request. The RFP defined

"1791Proposer" as the "the prime vendor acting on their own behalf

1802and those individuals, partnerships, firms, or corporations

1809comprising the Proposer team."

181323 . The Propo ser team consisted of those persons and

1824entities that were referenced in the p roposal.

183224 . Petitioner's Proposer team included various

1839individuals and affiliates with experience providing Medicaid

1846NET S ervices in Florida. These affiliates included MMG

1855Tra nsportation, Inc., Transportation Management Services of

1862Brevard, Inc., Transportation Contract Services, Inc., and

1869Greater Pinellas Transportation Management Services.

1874Petitioner's Proposer team had good management credentials and

1882experience in the provi sion of Medicaid NET S ervices in various

1894parts of Florida. As demonstrated in its proposal and the

1904signed letters of intent contained therein, Petitioner's

1911Proposer team also included subcontractors with experience in

1919providing Medicaid NET S ervices in Br oward County .

192925 . Intervenor's Proposer team included, among others, its

1938parent company, Logisticare, Inc., and its proposed

1945subcontractors, including AAA Wheelchair Wagon Service, Inc.

1952("AAA").

195526 . Intervenor claims it is the largest transportation

1964manage ment company in the United States and the first company to

1976do transportation management brokerage services in association

1983with the Georgia Medicaid P rogram in 1997. Intervenor o perates

1994in 11 states, ha s five primary operation centers , approximately

200428 to 29 field offices , employs roughly 500 people , and serves

2015approximately six million individual members around the United

2023States. Intervenor provides the full continuum of all potential

2032levels of services that a Medicaid recipient might require from

2042a non - e mergen cy transportation service.

205027 . Intervenor was established to run transportation

2058operations formerly run directly by Logisticare, Inc.

2065Intervenor was formed as a limited liability company in 1998, as

2076a function of capitalization of Logisticare, Inc. The direct

2085corporate history of Intervenor can be traced back to 1989. The

2096Logisticare companies have had the same management in place for

2106over 15 years. Today, Intervenor is the only "Logisticare"

2115company that has employees and is the sole operating en tity.

212628. Logisticare, Inc., managed identical Medicaid NET

2133Services for the Broward County program from 1996 through 1999

2143and substantially similar services to Broward County as early as

2153approximately 1991. Intervenor currently provides Medicaid NET

2160Serv ices for the Miami - Dade a rea t hat have taken them to and

2176through Broward County.

217929 . When describing its past experience providing Medicaid

2188NET Services, Intervenor's proposal simply referred to

"2195Logisticare" and did not clearly distinguish which corporate

2203entity, whether it be Logisticare, Inc., Logisticare Solutions

2211LLC, or the prior company, Automated Dispatch Systems, which had

2221the prior experience. This is true even though the Broward

2231County experience listed in Intervenor's proposal was gained

2239before Intervenor ever legally existed. In fact, the services

2248were actually performed by a different corporate entity.

2256Intervenor had no direct experience in providing Medica id NET

2266Services in Broward County.

227030 . The financial documents in Intervenor 's proposa l were

2281consolidated financials of several companies, not just the

2289Proposer, but this distinction was not known to at least one of

2301the evaluators because he did not read it.

230931. As a result, Intervenor was given full credit for all

2320of the experience and fin ancial capabilities described in its

2330p roposal, while the same was not done for Petitioner.

234032 . Petitioner was a seven - week - old corporation at the

2353time the proposals were evaluated. There was no evidence that

2363Petitioner was a successor entity of any other company or that

2374there was a continuous line of operation leading up to the

2385creation of Petitioner. Petitioner listed some companies as

2393being "in association with" and "affiliated with" them, but its

2403meaning was not defined in its proposal or at the final hearing.

2415No representative of Petitioner testified at the final hearing.

24243 3 . Petitioner did not have any prior experience providing

2435Medicaid NET Services in Broward County, nor did it have any

2446prior experience in providing Medicaid NET Services in the Sta te

2457of Florida.

2459D . Letters of Intent

24643 4 . Both Petitioner and Intervenor listed several entities

2474as potential subcontractors in their proposals through the

2482inclusion of letters of intent to negotiate. Petitioner's

2490proposal included letters of intent from V illage Care Service,

2500Inc. ("Village Car e "), B&L Service, Inc. ("B&L Service"), and

2514All Broward . " Intervenor's proposal included letters of intent

2523from AAA , Village Car e , Allied Charter and Tours ("Allied"), and

2536Handi - Van, Inc. ("Handi - Van").

25453 5 . The lette rs of intent state that the entities are

2558interested in providing Medicaid NET S ervices under subcontract,

2567but the letter of intent itself is not a subcontract. The

2578letters only express intent to enter an agreement if rates and

2589other accepted terms and con ditions can be negotiated.

25983 6 . It is a common practice for entities that have signed

2611letters of intent with a P roposer to , ultimately, not sign a

2623subcontract with a company. It is also common practice for

2633entities that have not signed letters of intent wi th a Proposer

2645to subsequently negotiate and sign additional subcontracts for

2653the provision of transportation services.

26583 7 . According to Respondent , letters of intent to

2668negotiate could be changed.

26723 8 . When establishing Medicaid NET Services in a new area,

2684Intervenor, as a general practice, goes into the existing

2693marketplace of providers to obtain letters of intent from those

2703providers so as to ensure continuity of service so that the

2714Medicaid recipients will not miss a trip. AAA is an existing

2725provider of Medicaid NET Services of Broward County.

273339 . The fact that AAA notified Intervenor after the Notice

2744of Intent was issued that it will not participate in future

2755provision s of Medicaid NET Services in Broward County and that

2766its last day of providing such se rvices will be May 16, 2005, is

2780irrelevant to this proceeding.

2784E . Evaluation Committee

27884 0 . It was FDOT and Petitioner's intent to evaluate the

2800proposals in a fair, open , and objective manner.

28084 1 . In addition, both the RFP and FDOT policies require

2820evaluat ion committee members to provide fair, open, objective ,

2829and uniformly - rated evaluations using the criteria established

2838in the RFP.

28414 2 . Respondent established an evaluation committee to

2850review and evaluate the proposals submitted in response to the

2860RFP. Th is committee consisted of Lisa Bacot, executive director

2870of Respondent ; K aren Somerset, assistant director of Programs

2879Evaluation and Oversight of Respondent; and Robert Siedlecki ,

2887chairman of the Medicaid Committee of Respondent .

28954 3 . Bacot had been involv ed with one other evaluation of

2908an RFP . Siedlecki had been an evaluator on hundreds of requests

2920for proposals.

29224 4 . Siedlecki has been trained by the federal government

2933as an investigator and evaluator of requests for proposals and

2943grants and is a trainer of evaluators on a federal level. He

2955has served on Respondent as a c ommissioner for nine years. He

2967has served as the chair of the Fraud Prevention Committee and

2978the Insurance Committee and is currently the chair of the

2988Medicaid Committee.

299045. Siedlecki has a long, close, extensive , and on - going

3001relationship with Karen Caputo, the owner of AAA and one of the

3013prospective subcontractors identified in Intervenor's proposal

3019at the time he evaluated the proposals.

302646. This relationship included:

3030a. A busines s association that extends back to

30391978 , and periods as manager/owner and

3045contractor/subcontractor ;

3046b. Siedlecki's use of free - storage space in a

3056building owned by Caputo at the time of his

3065evaluation ;

3066c. Siedlecki holding a promissory note and

3073receiving payments from Caputo at the time of his

3082evaluation ;

3083d. Co - ownership of a closely - held transportation

3093services corporation, from which both received

3099substantial compensation at the time of his

3106evaluation ;

3107e. Jointly serving as directors for a non - profit

3117corporation ;

3118f. Caputo's previous rentals and purchases of

3125real property from Siedlecki worth hundreds of

3132thousands of dollars ; and

3136e. Siedlecki's sharing office space and fax

3143lines, free of any charge or expense, with AAA at the

3154time of his evaluation.

315847. Siedlecki saw and communicated with Caputo on an

3167almost daily basis at the time of his evaluation. These

3177communications included discussions about Caputo's intended

3183actions concerning the services requested in the RFP. Other

3192than Siedlecki, no other evaluator had such information or based

3202their evaluation on such information outside of that described

3211in the p roposals and at the Oral Presentations. As a result,

3223Siedlecki knew that AAA was performing approximately 50 percent

3232of the Medicaid NET Service s in Broward County when he evaluated

3244the proposals from Petitioner and Intervenor.

325048. Siedlecki actively considered these facts and

3257information obtained outside of the RFP and the evaluation

3266process when conducting his review of the submitted proposals.

327549. In view of Siedlecki's relationship with Caputo and

3284AAA, there was an appearance of a conflict of interest. He

3295should have recused himself from the e valuation c ommittee when

3306this information bec a me known to him.

3314F. Evaluation of Proposals

331850 . The RFP provided a point break - down and a maximum

3331score of 200 points for the evaluation of the proposals.

334151 . The Technical Proposal points were divided into three

3351categories. These categories were Executive Summary, worth 10

3359points ; Management Plan, worth 60 p oints ; and Technical Plan,

3369worth 30 points.

337252 . The Oral Presentation points were divided into two

3382categories. These categories were Presentation, worth 70

3389points , and Questions, worth 30 points.

339553 . In addition to the points outlined in the RFP, the

3407eval uation committee , subsequently , added evaluation criteria

3414and decided to assign various and previously undisclosed weights

3423to sub - divide the Management Plan points into eight separate

3434criteria which would be evaluated.

34395 4 . These newly - weighted criteria wer e not provided to the

3453Proposers.

34545 5 . Nevertheless, the evaluators did not uniformly rate

3464the Technical Proposals as some gave experience credit under the

3474same criteria for all persons described in the Proposer team and

3485others did not. More importantly, it is clear that Siedlecki

3495applied the same criteria differently as to each p roposal.

35055 6 . The activities of the evaluation committee were also

3516not "open" as some evaluator discussions were not publicly

3525noticed at all and others did not have the required minu tes

3537taken to comply with Florida's Sunshine L aw requirements.

35465 7 . The same evaluation committee also evaluated the Oral

3557Presentations. These evaluations were based on two general

3565point categories as described in the RFP. No uniform or

3575specific criteria w ere established for use in evaluating the

3585Oral Presentations.

35875 8 . The Oral Presentation evaluations were based solely on

3598the subjective criteria of each individual evaluator.

36055 9 . The RFP required the committee responsible for

3615evaluating the proposals to "i ndependently evaluate the oral

3624presentations on the criteria established [in this section of

3633the RFP] to assure that orals [were] uniformly rate d. "

364360 . Oral Presentations by Petitioner and Intervenor took

3652place on January 19, 2005.

365761 . During its evaluatio n of the O ral P resentations, the

3670evaluation committee did not ask the Proposers a uniform set of

3681questions or , otherwise , use uniform criteria in con ducting

3690their evaluations.

369262 . The evaluation committee did not consider cost as a

3703criteria in the evaluati on of the proposals submitted to perform

3714Medicaid NET Services in Broward County , since the RFP called

3724for a set price contract.

37296 3 . Siedlecki never read the entire RFP before conducting

3740his evaluations. Specifically, Siedlecki was unaware of the

3748definiti on of "Proposer" as contained in the RFP and did not

3760apply such definition to his evaluation of Petitioner's

3768p roposal. Had Siedlecki known of the definition of "Proposer"

3778in the RFP, by his own testimony, he would have given Petitioner

3790a much higher score .

37956 4 . Siedlecki im properly p erformed the evaluation of

3806Petitioner 's and Intervenor 's proposals. This resulted in an

3816inconsistent application of the evaluation criteria.

38226 5 . Examples of his faulty evaluation include:

3831a. Failing to read the entire RFP befo re the

3841evaluations ;

3842b. Failing to read the entire Proposals while

3850conducting his evaluation ;

3853c. Incorrectly assuming Intervenor and

3858Logisticare, Inc., were the same corporate entity ;

3865d. Failing to inquire about the existing legal

3873relationship between L ogisticare, Inc., and Intervenor

3880and , yet , granted Intervenor full credit for past work

3889experience it did not actually possess ;

3895e . Applying the same evaluation criteria

3902differently to Petitioner and Intervenor as a result

3910of his faulty assumptions and lac k of inquiry ; and

3920f. Failing to consistently apply the term

"3927Proposer" as defined in the RFP, when evaluating the

3936proposals submitted by Petitioner and Intervenor.

39426 6 . Siedlecki testified that because of the way that he

3954evaluated Petitioner's proposal , he arrived at a lower score

3963than Petitioner actually deserved.

39676 7 . At the conclusion of the flawed evaluation process and

3979out of a possible 200 points to be awarded, the evaluation

3990committee arrived at the following scores for Petitioner and

3999Intervenor :

4001a. Ms. Bacot: Petitioner - 184 Intervenor - 171

4010b. Ms. Somerset: Petitioner - 170 Intervenor - 174

4019c. Mr. Siedlecki: Petitioner - 111 Intervenor - 200

4028CONCLUSIONS OF LAW

40316 8 . The Division of Administrative Hearings has

4040jurisdiction over the parties and the subject matter pursuant to

4050Section 120.569 and Subsection 120.57(3), Florida Statutes

4057(2004).

4058Burden of Proof

406169 . Subsection 120.57(3) (f) , Florida Statutes (2004),

4069reads in relevant part:

4073Unless otherwise provided by statute, the

4079burden of proof sh all rest with the party

4088protesting the proposed agency action. In a

4095competitive - procurement protest, other than

4101a rejection of all bids, proposals, or

4108replies, the administrative law judge shall

4114conduct a de novo proceeding to determine

4121whether the agency 's proposed action is

4128contrary to the agency's governing statutes,

4134the agency's rules or policies, or the

4141solicitation specifications. The standard

4145of proof for such proceedings shall be

4152whether the proposed agency action was

4158clearly erroneous, contrary t o competition,

4164arbitrary, or capricious. . . .

41707 0 . The protestor has the burden of proving by a

4182preponderance of the evidence that Respondent's proposed agency

4190action is invalid under the standards set forth in Subsection

4200120.57(3)(f), Florida Statutes ( 2004). See § 120.57(1)(j), Fla.

4209Stat. (2004) ("Finding s of fact shall be based upon a

4221preponderance of the evidence, except in penal or licensure

4230discipli nary proceedings or except as otherwise provided by

4239statute, and shall be based exclusively on the ev idence of

4250record and on matters officially recognized." ) See also State

4260Contr acting and Engineering Corp. v. Department of

4268Transportation , 709 So. 2d 607, 609 (Fla. 1st DCA 1998).

4278Standing

42797 1 . Petitioner has challenged the fundamental fairness of

4289Respon dent 's procurement process and was "adversely affected" by

4299the alleged flawed process that led to Respondent 's proposed

4309agency action and, thus, has standing to file this protest.

4319§ 120.57(3), Fla. Stat. (2004).

43247 2 . Intervenor, the first - rank bidder, has standing to

4336intervene in this proceeding because its substantial interests

4344will be determined by the challenge to Respondent's intended

4353action, which is to award the contract to Intervenor.

4362De Novo Proceeding

43657 3. The requirement that the Administrative Law Judge

4374conduct a de novo hearing has been interpreted by th e First

4386District Court of Appeal. The court described a de novo hearing

4397in the context of a bid protest as "a form of intra - agency

4411review. The judge may rec eive evidence, as with any formal

4422h earing under section 120.57(1), but the object of the

4432proceeding is to evaluate the action taken by the agency.

4442[citations omitted.] " State Contr acting and Engineering Corp. ,

4450709 So. 2d at 609.

44557 4 . As outlined in Subsection 120.57(3)(f), Florida

4464Statute s (2004), the ultimate issue in this proceeding is

"4474whether the agency's proposed action is contrary to the

4483agency's governing statutes, the agency's rules or policies, or

4492the solicitation specifications." See , e.g. , R.N. Expertise,

4499Inc. v. Miami - Dade Cou nty School Board , Case No. 01 - 2663BID

4513(DOAH February 4, 2002) (Final Order March 14, 2002, adopting

4523Recommended Order), where the Administrative Law Judge stated:

4531By framing the ultimate issue as being

"4538whether the agency's proposed action is

4544contrary to the agency's governing statutes,

4550the agency's rules or policies, or the bid

4558or proposal specifications," it is probabl e

4565that the legislature, rather than describing

4571a standard of review, intended to establish

4578a standard of conduct for the agency. The

4586sta ndard is: In soliciting and accepting

4593bids or proposals, the agency must obey its

4601governing statutes, rules, and the project

4607specifications. If the agency breaches this

4613standard of conduct, its proposed action is

4620subject to (recommended) reversal by the

4626administrative law judge in a protest

4632proceeding.

4633Id. at 39.

46367 5 . In addition to proving that Respondent breached this

4647statutory standard of conduct, a protester additionally must

4655establish that Respondent 's violation was either clearly

4663erroneous, contrar y to competition, arbitrary , or capricious.

4671§ 120.57(3)(f), Fla. Stat. (2004).

46767 6 . E ach of these phrases has been construed by Florida's

4689appellate courts. See , e.g. , Colbert v. Department of Health ,

4698890 So. 2d 1165 (Fla. 1st DCA 2004) ("[O]ur review sta ndard . .

4713. is that of clearly erroneous, meaning the interpretation will

4723be upheld if the agency's construction falls within the

4732permissible range of interpretations. [citation omitted . ] If,

4741however, the agency's interpretation conflicts with the plain

4749and ordinary intent of the law, judicial deference need not be

4760given to it." [citation omitted . ] ) Id. at 1166 . Agrico

4773Chemical Co. v. State Department of Environmental Regulation ,

4781365 So. 2d 759 (Fla. 1st DCA 1978), cert. denied , 376 So. 2d 74

4795(Fla. 1979 ) ( A capricious action is one which is taken without

4808thought or reason, or irrationally. An arbitrary decision is

4817one not supported by facts or logic.) Id. at 763 .

48287 7 . The purpose of competitive bidding requirements for

4838the award of public contracts is to ensure fairness to

4848prospective vendors and to secure the best value at the lowest

4859possible price to the public. The Florida Supreme Court

4868established this as the first paradigm of public procurement in

4878Wester v. Belote , 138 So. 721 , 722 (Fla. 1938), wh ere it

4890explained that:

4892The object and purpose of competitive

4898bidding statutes is to protect the public

4905against collusive contracts; to secure fair

4911competition upon equal terms to all bidders;

4918to remove, not only collusion, but

4924temptation for collusion an d opportunity for

4931gain at public expense; to close all avenues

4939to favoritism and fraud in its various

4946forms; to secure the best values at the

4954lowest possible expense; and to afford an

4961equal advantage to all desiring to do

4968business with the public authoriti es, by

4975providing an opportunity for an exact

4981comparison of bids.

49847 8 . Since federal dollars from the U.S. Health and Human

4996Services Department are funding this procurement , we must also

5005look at relevant federal regulations. Those regulations also

5013require "to the maximum extent practical, open and free

5022competition." 45 C.F.R. § 74.43.

502779 . Additionally, federal law provides:

5033No employee, officer or agent [of the

5040recipient of federal funds] shall

5045participate in the selection, award or

5051administration of a c ontract supported by

5058Federal funds if a real or apparent conflict

5066of interest would be involved.

5071See 45 C.F.R. § 74.42; Medco Behavioral Care Corporation v.

5081State of Iowa Department of Human Services , 553 N.W.2d 556 (Iowa

50921996) (holding appearance of co nflict of interest sufficient

5101under state and federal law to nullify proposed contract award).

5111Appearance of Conflict of Inter e st

51188 0 . The on - going business, personal , and professional

5129relationship between Siedlecki (as evaluator) and Caputo (owner

5137of AAA ) clearly presents the appearance of a conflict of

5148interest such that Siedlecki, o n appearances , may not have been

5159fair, neutral and objective in his evaluation. This results in

5169violations of the specific terms of the RFP, 45 C.F.R. Section

518074.42, and Sec tion 287.001, Florida Statutes (2004) (which

5189requires "fair and open competition" in order to "reduce the

5199appearance and opportunity for favoritism and inspire public

5207confidence"), and the ideals expressed above in the Wester

5217decision.

52188 1 . As a result o f Siedlecki's extensive and on - going

5232relationship with Caputo and AAA, there was, at a minimum , the

5243appearance of conflict of interest that prohibited him from

5252serving as a fair, neutral, and unbiased evaluator.

5260Faulty Evaluation Process

52638 2 . In addition, t he evaluations conducted by Siedlecki

5274were both arbitrary and capricious. First, he failed to even

5284read the entire RFP or to properly apply the definition of

"5295Proposer" contained in the RFP as it applied to Petitioner. As

5306a result, he treated the two P roposer s entirely different, while

5318ostensibly applying the same evaluation criteria . Siedlecki

5326gave full credit to Intervenor's Proposer team, but did not d o

5338so for Petitioner. He further admitted that had he known the

5349definition of "Proposer" in the RFP and applied it to

5359Petitioner, it would have substantially increased Petitioner's

5366scores. This is true because he viewed Petitioner's Proposer

5375team as being "excellent." A second major flaw in Siedlecki's

5385evaluation process was that he failed to read or understand the

5396financial information provided by Intervenor . He assumed it

5405only related to the Proposer , which it did not.

541483. These undisputed facts coupled with the findings of

5423fact set out above, clearly demonstrate that the overall

5432evaluation proce ss and scoring was tainted by these

5441deficiencies. Given the otherwise close scoring by the other

5450two evaluators, it appears that the overall award of the

5460proposed contract was significantly impacted by these improper

5468actions. See The Wachenhut Corporatio n v. FDOT , Case

5477No. 94 - 3160 BID (DOAH January 31, 1995) .

54878 4 . The statutory requirement to place, in writing, the

5498need to use an RFP process , rather than an I TB was not performed

5512by Respondent . As such, the RFP process was improper.

5522A dditionally, Subsec tion 287.057(2)(a), Florida Statutes (2004),

5530also requires that the RFP describe the evaluation criteria and

5540their relative importance. Here, the relative importance of the

5549points awarded for the Management Plan was not established in

5559the RFP. The relati ve importance was subsequently established

5568by the evaluation committee when scor e sheets were prepared and

5579points were re - weighted. This also was improper.

55888 5 . The same statute further requires that price "shall"

5599be considered in every RFP as one of the evaluation criteria.

5610However, i n this instance, the RFP provided for a set price.

5622Therefore, t his is not contrary to law. See § 287.057(2)(a)

5633and (b) , Fla. Stat. (2004) .

56398 6. The policy of the FDOT, the applicable federal

5649regulations referenced above, a nd Sections 287.001 and 286.011,

5658Florida Statutes (2004), all require the actions of the

5667evaluation committee to be in the "sunshine" or "open." Here,

5677some of the evaluators' discussions concerning the RFP and their

5687evaluation were not open or in the suns hine as required by law.

5700Specifically, Subsection 286.011(2), Florida Statutes (2004),

5706requires minutes of all evaluative sessions to be "recorded."

5715No such recording occurred here , and as a result, t he evaluation

5727process was again improper.

57318 7 . Addit ionally, Siedlecki based his evaluation, in part,

5742on his private discussions with Caputo and her intentions

5751relating to continuation of providing services in Broward

5759County . None of her comments were part of the proposals or the

5772RFP, and , thus, should hav e been excluded from the evaluation

5783proce s s. All of these actions were, thus, improper.

5793RECOMMENDATION

5794Based on the foregoing Findings of Facts and Conclusions of

5804Law, it is

5807RECOMMENDED that Respondent, Commission for the

5813Transportation Disadvantaged, reject the award to Intervenor ,

5820direct that this matter be re - bid or re - procured through a

5834properly drafted ITB or RFP , and exclude as evaluators all

5844person s with real or apparent conflicts of interest.

5853DONE AND ENT ERED this 20th day of May , 2005 , in

5864Ta llahassee, Leon County, Florida.

5869S

5870DANIEL M. KILBRIDE

5873Administrative Law Judge

5876Division of Administrative Hearings

5880The DeSoto Building

58831230 Apalachee Parkway

5886Tallahassee, Florida 32399 - 3060

5891(850) 488 - 9675 SUNCOM 278 - 96 75

5900Fax Filing (850) 921 - 6847

5906www.doah.state.fl.us

5907Filed with the Clerk of the

5913Division of Administrative Hearings

5917this 20th day of May , 2005 .

5924COPIES FURNISHED :

5927Jeffrey D. Jones, Esquire

5931Tom Barnhart, Esquire

5934Department of Legal Affairs

5938The Capitol, Pla za Level 01

5944Tallahassee, Florida 32399 - 1050

5949E. A. "Seth" Mills, Jr., Esquire

5955Mills, Paskert, Divers, P.A.

5959100 North Tampa Street, Suite 2010

5965Tampa, Florida 33602

5968Geoffrey D. Smith, Esquire

5972Kellie D. Scott, Esquire

5976Blank, Meenan & Smith, P.A.

5981204 South Monroe Street

5985Post Office Box 11068

5989Tallahassee, Florida 32302 - 3068

5994Lisa M. Bacot, Executive Director

5999Commission for the Transportation

6003Disadvantaged

6004605 Suwannee Street

6007Rhynes Building, Mail Station 49

6012Tallahassee, Florida 32399 - 0450

6017NOTICE O F RIGHT TO SUBMIT EXCEPTIONS

6024All parties have the right to submit written exceptions within

603410 days from the date of this Recommended Order. Any exceptions

6045to this Recommended Order should be filed with the agency that

6056will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 08/03/2005
Proceedings: Final Order filed.
PDF:
Date: 06/13/2005
Proceedings: Response to Intervenor`s Exceptions to Recommended Order filed.
PDF:
Date: 06/01/2005
Proceedings: Intervenor`s Exceptions to Recommended Order filed.
PDF:
Date: 05/20/2005
Proceedings: Recommended Order
PDF:
Date: 05/20/2005
Proceedings: Recommended Order (hearing held April 4, 2005). CASE CLOSED.
PDF:
Date: 05/20/2005
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 05/02/2005
Proceedings: (Proposed) Recommended Order filed.
PDF:
Date: 05/02/2005
Proceedings: Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 04/29/2005
Proceedings: (Proposed) Recommended Order (filed by the Petitioner).
PDF:
Date: 04/29/2005
Proceedings: Notice of Filing Proposed Recommended Order (filed by the Petitioner).
PDF:
Date: 04/29/2005
Proceedings: Intervenor`s Proposed Recommended Order filed.
Date: 04/19/2005
Proceedings: Transcript (Volumes I-III) filed.
Date: 04/04/2005
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 04/04/2005
Proceedings: Notice of Cancellation of Deposition filed.
PDF:
Date: 04/04/2005
Proceedings: (Amended) Joint Pre-hearing Stipulation filed.
PDF:
Date: 04/04/2005
Proceedings: Joint Pre-hearing Stipulation filed.
PDF:
Date: 04/04/2005
Proceedings: Motion in Limine filed.
PDF:
Date: 04/04/2005
Proceedings: Motion to Amend filed.
PDF:
Date: 04/01/2005
Proceedings: Intervenor`s Amended Witness and Exhibit List Witness List filed.
PDF:
Date: 04/01/2005
Proceedings: Intervenor`s Witness and Exhibit List filed.
PDF:
Date: 03/31/2005
Proceedings: Intervenor`s Response to Petitioner`s Request for Production of Documents filed.
PDF:
Date: 03/31/2005
Proceedings: Petitioner`s Objections and Responses to Logisticare`s First Interrogatories filed.
PDF:
Date: 03/31/2005
Proceedings: Second Amended Notice of Taking Depositions filed.
PDF:
Date: 03/31/2005
Proceedings: Petitioner`s Response to Logisticare`s Request for Admissions filed.
PDF:
Date: 03/31/2005
Proceedings: Cross-notice of Taking Deposition filed.
PDF:
Date: 03/30/2005
Proceedings: Petitioner`s Response to Logisticare`s Request for Production filed.
PDF:
Date: 03/30/2005
Proceedings: Amended Notice of Taking Depositions filed.
PDF:
Date: 03/29/2005
Proceedings: Notice of Appearance as Co-counsel (filed by T. Barnhart, Esquire).
PDF:
Date: 03/28/2005
Proceedings: Notice of Taking Depositions filed.
PDF:
Date: 03/28/2005
Proceedings: Petitioner`s First Request for Production to Respondent filed.
PDF:
Date: 03/28/2005
Proceedings: Petitioner`s First Request for Production to Intervenor filed.
PDF:
Date: 03/25/2005
Proceedings: Intervenor`s Request for Production of Documents filed.
PDF:
Date: 03/24/2005
Proceedings: Interrogatories to Transportation Management Services of Broward, Inc. (filed by G. Smith).
PDF:
Date: 03/24/2005
Proceedings: Notice of filing Interrogatories (filed by G. Smith).
PDF:
Date: 03/24/2005
Proceedings: Intervenor`s Request for Admissions to Petitioner filed.
PDF:
Date: 03/24/2005
Proceedings: Intervenor`s Request for Production of Documents filed.
PDF:
Date: 03/11/2005
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 03/11/2005
Proceedings: Notice of Hearing (hearing set for April 4 and 5, 2005; 10:00 a.m.; Tallahassee, FL).
PDF:
Date: 03/11/2005
Proceedings: Order Granting Intervention (Logisticare, Inc.).
PDF:
Date: 03/10/2005
Proceedings: Petition for Leave to Intervene (Logisticare, Inc.) filed.
PDF:
Date: 03/10/2005
Proceedings: Request for Proposals filed.
PDF:
Date: 03/10/2005
Proceedings: Petition for Formal Administrative Hearing filed.
PDF:
Date: 03/10/2005
Proceedings: Agency referral filed.

Case Information

Judge:
DANIEL M. KILBRIDE
Date Filed:
03/09/2005
Date Assignment:
03/10/2005
Last Docket Entry:
08/03/2005
Location:
Tallahassee, Florida
District:
Northern
Agency:
Commission for the Transportation Disadvantaged
Suffix:
BID
 

Counsels

Related Florida Statute(s) (7):