10-000030BID Tms Joint Venture vs. Commission For The Transportation Disadvantaged
 Status: Closed
Recommended Order on Thursday, March 25, 2010.


View Dockets  
Summary: Proposals of Intervenor were not evaluated in accordance with the RFP.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8TMS JOINT VENTURE, )

12)

13Petitioner, )

15)

16vs. ) Case Nos. 10-0030BID

21) 10-0051BID

23COMMISSION FOR THE )

27TRANSPORTATION DISADVANTAGED, )

30)

31Respondent, )

33)

34and )

36)

37MV CONTRACT TRANSPORTATION, )

41INC., )

43)

44Intervenor. )

46)

47RECOMMENDED ORDER

49Pursuant to notice, a final hearing was held in these cases

60on, February 4 and 5, 2010, in Tallahassee, Florida, before

70Susan B. Harrell, a designated Administrative Law Judge of the

80Division of Administrative Hearings (DOAH).

85APPEARANCES

86For Petitioner: E. A. Seth Mills, Jr., Esquire

94Kevin M. Mekler, Esquire

98Mills Paskert Divers, P.A.

102100 North Tampa Street, Suite 2010

108Tampa, Florida 33602

111For Respondent: Thomas Barnhart, Esquire

116Office of the Attorney General

121The Capitol, Plaza Level 01

126Tallahassee, Florida 32399-1050

129For Intervenor: Christopher T. McRae, Esquire

135David J. Metcalf, Esquire

139McRae & Metcalf, P. A.

1442612 Centennial Place

147Tallahassee, Florida 32308

150STATEMENT OF THE ISSUES

154The issues in these cases are whether Respondent’s proposed

163contract award pursuant to a Request for Proposals for Medicaid

173Non-Emergency Medical Transportation in Palm Beach County,

180Florida, and whether Respondent’s proposed contract award

187pursuant to a Request for Proposals for Medicaid Non-Emergency

196Medical Transportation Services in Duval County, Florida, are

204contrary to Respondent’s governing statutes, Respondent’s rules

211or policies, or the request for proposals.

218PRELIMINARY STATEMENT

220Respondent, Commission for the Transportation Disadvantaged

226(Commission), issued a Request for Proposals for Medicaid Non-

235Emergency Transportation Services for ten counties in Florida.

243The request for proposals was numbered RFP-DOT-09/10-9005-JP and

251shall be referred hereinafter as “the RFP.” The Commission,

260through its procurement agent, Department of Transportation

267(Department), posted notices of intent to award contracts for

276Palm Beach and Duval Counties to Intervenor, MV Contract

285Transportation, Inc. Petitioner, TMS Joint Venture, protested

292the intended awards for Palm Beach and Duval Counties.

301The Petition for Formal Administrative Hearing relating

308to the Palm Beach County contract was received by DOAH on

319January 5, 2010, and was assigned DOAH Case No. 10-0030BID. The

330Petition for Formal Administrative Hearing relating to the Duval

339County contract was received by DOAH on January 5, 2010, and was

351assigned DOAH Case No. 10-0051BID. On January 8, 2010, MV

361Contract Transportation, Inc., filed a Petition to Intervene in

370each case. An Order granting the petitions to intervene was

380issued on January 12, 2010.

385The parties submitted a Joint Pre-hearing Stipulation in

393which they stipulated to certain facts contained in Section 5,

403pages 7 and 8 of the Joint Pre-hearing Stipulation. Those facts

414have been incorporated in this Recommended Order to the extent

424relevant.

425At the final hearing, official recognition was taken of the

435case files of the DOAH in DOAH Case No. 10-0030BID and DOAH Case

448No. 10-0051BID.

450At the final hearing, the parties submitted Joint

458Exhibits 1 through 91, which were admitted in evidence.

467Petitioner called the following witnesses: Joyce Plummer,

474Angela Morlok, Elizabeth De Jesus, Douglas Harper, Bobby

482Jernigan, and Karen Somerset. Petitioner’s Exhibits 3

489through 13 were admitted in evidence. Respondent called Joyce

498Plummer as its witness. Respondent did not submit any exhibits

508for admission in evidence. Intervenor called David McDonald as

517a witness. Intervenor’s Exhibits 1, 2, 12, 13, and 16 were

528admitted in evidence.

531Petitioner served Intervenor with a request to produce at

540the final hearing, requesting the production of Intervenor’s tax

549returns. Intervenor objected to the request and was required to

559file the tax returns with the undersigned for an in camera

570review. Based on an in camera review of the tax returns, the

582objection is sustained.

585The four-volume Transcript was filed on February 23, 2010.

594The parties agreed to file their proposed recommended orders

603within ten days of the filing of the Transcript. The parties

614timely filed their proposed recommended orders, which have been

623considered in the preparation of this Recommended Order.

631FINDINGS OF FACT

6341. The Commission is an independent commission of the

643State of Florida created pursuant to Section 427.012, Florida

652Statutes (2009), 1 and is housed administratively within the

661Department.

6622. The Commission sought proposals to provide Medicaid

670non-emergency medical transportation, and the Department

676administered the procurement process for the Commission by

684issuing the RFP and otherwise administratively handling the

692procurement for the Commission. Contracts were to be awarded

701for ten counties, including Palm Beach and Duval Counties. The

711proposers were required to submit a separate proposal for each

721county for which they were seeking a contract.

7293. The RFP incorporated three separate addenda, numbered

737one through three. Addendum No. 2 included a list of potential

748proposers’ questions concerning the RFP and the Commission’s

756responses to those questions. Each proposer was required to

765include with its proposal a signed acknowledgement certifying

773its receipt of each addendum.

7784. When the notice of solicitation was posted and the

788addenda were issued, no party filed a protest of the

798specifications within 72 hours of the posting or issuance of the

809addenda.

8105. MV Contract Transportation, Inc., and TMS Joint Venture

819submitted their responses to the RFP for both Duval and Palm

830Beach Counties.

8326. MV Contract Transportation, Inc., is a Delaware

840Corporation, which was incorporated on September 23, 2003. It

849is a wholly-owned subsidiary of MV Transportation, Inc., which

858is a California corporation incorporated on December 18, 1978.

867MV Contract Transportation, Inc., is a separate corporation from

876MV Transportation, Inc. MV Contract Transportation, Inc., and

884MV Transportation, Inc., have separate federal employer

891identification numbers, bank accounts, officers, and directors.

8987. TMS Joint Venture was formed by TMS Management Group,

908Inc., and Transportation Management Services of Brevard, Inc.,

916pursuant to a Joint Venture Agreement dated October 15, 2009.

926TMS Joint Venture refers to the term “TMS” throughout its

936proposals as TMS Joint Venture and its respective venturers.

945TMS Management Group, Inc., was formed on January 4, 2005.

955Transportation Management Services of Brevard, Inc., was formed

963on November 23, 2004.

9678. Relevant portions of the Joint Venture Agreement

975provide:

976TMSG [TMS Management Group, Inc.] and TMSB

983[Transportation Management Services of

987Brevard, Inc.] do hereby acknowledge,

992pledge, and covenant with one another to

999allow the full use of their personnel,

1006equipment, assets, and facilities to support

1012and perform any contract(s) to which the

1019Joint Venture may become a party and to do

1028such other things and provide other support

1035to TMS [TMS Joint Venture], as may be

1043reasonably necessary, to allow TMS to submit

1050bids, proposals, or otherwise respond to

1056solicitations for its services on the

1062projects and to perform all contracts which

1069may be awarded to TMS.

1074* * *

1077TMSG shall provide financial and

1082administrative support to TMS. In doing so,

1089it is hereby authorized to submit bids and

1097proposals on behalf of TMS. It is further

1105authorized to execute contracts on TMS’

1111behalf and to thereby bind both TMSG and

1119TMSB as Venturers. TMSG shall also be

1126authorized to accept and cash checks made

1133payable to TMS and to deposit such into its

1142accounts for subsequent use and distribution

1148in accordance with the joint instructions of

1155the Venturers. TMSG shall otherwise be

1161authorized to take all actions, including

1167but not limited to the submission of all

1175payment requests, payment of related bills

1181and expenses, negotiate and execute any

1187needed subcontracts, provider agreements,

1191obtain insurance or bonds if needed and to

1199otherwise execute all documents and conduct

1205all of the business of TMS for the benefit

1214of the Venture.

12179. TMS Joint Venture has been awarded contracts pursuant

1226to the RFP for other counties. Those contracts have been

1236entered into by the Commission and TMS Joint Venture/TMS

1245Management Group, Inc., and Transportation Management Services

1252of Brevard, Inc.

125510. The Department posted its initial Notice of Intent to

1265Award the contracts pursuant to the RFP at 5:00 p.m. on

1276November 16, 2009. For the Duval County contract, the posting

1286showed that “MV Contract Transportation” had earned a total

1295score of 88.33 and that TMS Joint Venture had earned a total

1307score of 83.99. The initial Notice of Intent to Award

1317proposed to award the Duval County contract to MV Contract

1327Transportation, Inc.

132911. On November 19, 2009, TMS Joint Venture filed a notice

1340of intent to protest the contract award for Duval County

1350pursuant to the RFP. The notice of intent to protest identified

1361the RFP by number, RFP-DOT 09/10-9005-JP-Duval County, Fl. The

1370notice of protest stated:

1374Please be advised that this firm represents

1381the interests of TMS Joint Venture (“TMS”)

1388regarding the above referenced matter.

1393Please accept this as written notice of

1400TMS’s intent to protest the above referenced

1407intended award to MV Transportation, Inc.

1413(“MV”). This Notice of Intent to Protest is

1421being forwarded to you pursuant to paragraph

142829.1 of the RFP and Florida Statute 120.57.

143612. No evidence was presented that any of the parties were

1447confused about who was the intended awardee for the Duval County

1458contract. No evidence was presented that, at the time of the

1469filing of the notice of intent to protest, any of the parties

1481were uncertain that TMS Joint Venture was protesting the

1490intended award of the Duval County contract to MV Contract

1500Transportation, Inc. In its Petition to Intervene for the Duval

1510County contract, MV Contract Transportation, Inc., stated:

1517On November 16, 2009, the Department posted

1524a Notice of Intent to Award the Duval

1532Contract to MV Contract. On November 19,

15392009, TMS filed its Notice of Intent to

1547Protest the award to MV Contract. On

1554November 30, TMS filed a Formal Written

1561Protest and Petition for Formal

1566Administrative Hearing (“the Petition”).

157013. The initial posting for Palm Beach County showed that

1580TMS Joint Venture had a total score of 91.66 and that “MV

1592Contract Transportation” had a total score of 91.65. The

1601initial Notice of Intent to Award proposed to award the Palm

1612Beach County contract to TMS Joint Venture.

161914. On November 18, 2009, MV Contract Transportation,

1627Inc., filed a notice of intent to protest the award of the Palm

1640Beach County contract to TMS Joint Venture. On December 16,

16502009, the Department posted a revised Notice of Intent to Award

1661the Palm Beach County contract to “MV Contract Transportation.”

1670The total score of TMS Joint Venture was revised to 89.65, based

1682on a scrivener’s error by an evaluator. One of the evaluators

1693had made a mistake in recording the scores from his handwritten

1704score sheet to the typed score sheet. There was no evidence

1715presented that any of the evaluators were given an opportunity

1725to revisit or change their original scoring of the proposals.

173515. On December 18, 2009, TMS Joint Venture filed a notice

1746of intent to protest the intended award of the Palm Beach County

1758contract to MV Contract Transportation, Inc. TMS Joint Venture

1767filed a Petition for Formal Hearing concerning the Palm Beach

1777County contract with the Commission on December 28, 2009, as

1787stated in the Certificate of Service.

179316. Section 1 of the Introduction portion of the RFP

1803provides:

1804The Department intends to award contracts to

1811responsive and responsible Proposer or

1816Proposers whose proposal is determined to

1822be the most advantageous to the

1828Department. . . . After the award, said

1836Proposer will be referred to as the

1843“Vendors.” For the purpose of each

1849document, the term “Proposer” means the

1855prime Vendor acting on its own behalf and

1863those individuals, partnerships, firms, or

1868corporations comprising the Proposer team.

187317. The term “prime vendor” is not defined in the RFP.

1884There are references in other sections of the RFP which require

1895the identification of the “prime contractor” in the completion

1904of the Bidder Opportunity List and the Anticipated DBE

1913Participation Statement. The terms prime contractor and prime

1921vendor are synonymous. The Department interprets the term

1929“prime vendor” to mean the entity that will be entering into the

1941contract with the Commission and that will be bound legally to

1952the terms of the contract.

195718. The cover letter of each proposal and the forms

1967submitted which required a signature are signed by W.C. Pihl,

1977vice president. Mr. Pihl is a vice president of business

1987development for MV Contract Transportation, Inc.

199319. The cover pages of the proposals at issue submitted by

2004MV Contract Transportation, Inc., state that the proposal is

2013submitted by MV Contract Transportation, Inc., and underneath

2021that name further state in italics “A Wholly Owned Subsidiary of

2032MV Transportation, Inc.” The cover letter in each proposal

2041states: “Enclosed please find MV Contract Transportation’s

2048proposal in response to the State of Florida Department of

2058Transportation’s Request for Proposal for Medicaid Non-Emergency

2065Transportation Services” for the county in which the proposal is

2075being submitted, and “I encourage you to select MV Contract

2085Transportation as your partner for the provision of Medicaid

2094Non-Emergency Transportation Services” for the county in which

2102the proposal is being submitted. The Bid Opportunity List,

2111which was required to be submitted with each proposal,

2120identified the prime contractor as MV Contract Transportation,

2128Inc. If awarded the contracts for Duval and Palm Beach

2138Counties, MV Contract Transportation, Inc., is the entity who

2147would be entering into the contracts and who would be legally

2158bound to the contracts. It is clear that MV Contract

2168Transportation, Inc., is the prime vendor for the proposals at

2178issue.

217920. The proposals submitted by TMS Joint Venture stated:

2188“The TMS Joint Venture with its respective Venturers are

2197hereinafter collectively referenced throughout this proposal as

2204‘TMS,’ which is the entity submitting this proposal.” The

2214proposals identified TMS Joint Venture as the prime vendor.

222321. On October 12, 2009, the Department issued Addendum

2232No. 2 to the RFP, which included questions that were received

2243from prospective proposers and the Commission’s responses.

2250Question 7 stated: “Page 18, Section 28, Proposal Evaluation:

2259Is the evaluation of the proposal strictly limited to the prime

2270vendor and the Proposer Team as identified in Section 1,

2280invitation?” The Commission’s written response was: “The

2288evaluation of the proposal is based on the prime vendor and

2299their demonstration of their ability to fulfill the requirements

2308of the scope of services.”

231322. TMS Joint Venture takes the position that question 7

2323in Addendum No. 2 means that the evaluation of a proposer’s

2334experience and capability to fulfill the requirement of the

2343scope of services is limited to a review of the experience and

2355capability of the prime vendor and that the experience of others

2366who are part of the proposer team may not be considered by the

2379evaluators. MV Contract Transportation, Inc., takes the

2386position that the experience of others who are a part of the

2398proposer team may be considered in determining whether the prime

2408vendor has the ability to fulfill the requirements of the scope

2419of services.

242123. It is not clear from the testimony what the position

2432of the Commission is concerning whether question 7 in Addendum

2442No. 2 limited the evaluation to the prime vendors’ experience.

2452Joyce Plummer, the Department employee responsible for the

2460procurement, relied on the Commission for the answers to the

2470questions asked by the proposers. Bobby Jernigan, the executive

2479director of the Commission, relied on his staff to answer the

2490questions. Thus, no one clearly stated the Commission’s

2498position as to what the Commission intended by the response to

2509question 7 in Addendum No. 2. The proposed recommended order of

2520the Commission does little to shed light on whether the

2530Commission intended to limit the evaluation to the experience of

2540the prime vendor. For example, in its proposed recommended

2549order, the Commission states that the statements about MV

2558Contract Transportation, Inc.’s, experience which included MV

2565Transportation, Inc.’s, experience were not misrepresentations,

2571“as long as it is proper for the proposer to have included

2583information about its parent company” and certain claims made by

2593MV Contract Transportation, Inc., are true, “unless MV can only

2603make claims as to the particulars of MV Contract Transportation,

2613Inc.”

261424. Based on question 7 and the response to question 7 in

2626Addendum No. 2 and the definition of proposer in the RFP, the

2638evaluation and scoring of the proposals were to be based on the

2650experience, solvency, assets, and capabilities of the prime

2658vendor and not the prime vendor and the proposer team. If the

2670Commission had wanted the experience and solvency of parent

2679companies and affiliates to be considered in the evaluation, it

2689could have said so in its response to question 7, but it did not

2703do so.

270525. Section 8.1 of the Special Conditions of the RFP

2715states:

2716The Department will determine whether the

2722Proposer is qualified to perform the

2728services being contracted based upon their

2734proposal demonstrating satisfactory

2737experience and capability in the work area.

2744The Proposer shall identify necessary

2749experienced personnel and facilities to

2754support the activities associated with this

2760proposal.

276126. Section 20.2 of the Special Conditions of the RFP

2771provides that the proposals shall include an executive summary,

2780a management plan, and a technical plan. The sections were

2790described in the RFP as follows:

27961. EXECUTIVE SUMMARY

2799The Proposer shall provide an Executive

2805Summary to be written in nontechnical

2811language to summarize the Proposer’s overall

2817capabilities and approaches for

2821accomplishing the services specified herein.

2826The Proposer is encouraged to limit the

2833summary to no more than ten (10) pages.

28412. PROPOSER’S MANAGEMENT PLAN

2845The Proposer shall provide a management plan

2852which describes administration, management

2856and key personnel.

2859a. Administration and Management

2863The Proposer should include a description of

2870the organizational structure and management

2875style established and the methodology to be

2882used to control costs, services, reliability

2888and to maintain schedules; as well as the

2896means of coordination and communication

2901between the Proposer and the Commission.

2907The Proposer shall provide a management plan

2914which describes administration, management

2918and key personnel. The plan should address

2925the following:

29271. Company’s experience in providing

2932specialized transportation services,

2935including but not limited to Medicaid NET.

2942Include location and duration.

29462. Company’s assets available to operate in

2953the county proposed to be served. List all

2961assets that will be committed to this

2968project.

29693. Describe the proposed local service area

2976organizational structure and how it fits

2982into the overall organizational structure of

2988your company.

29904. Company’s ability to comply with the

2997reporting requirements and the Scope of

3003Services. Cite any failures to provide

3009adequate and timely reporting in the past.

30165. Company’s solvency and ability to assume

3023the risks of service provision in the

3030proposed county.

30326. Does your company have a policies and

3040procedures manual? If so, describe the type

3047of policies and procedures contained in your

3054manual, how often they are updated and how

3062they are maintained. (Please provide a

3068copy.)

30697. Describe your company’s driver training

3075program. How will you ensure you’re [sic]

3082your drivers and the drivers of any

3089subcontracted transportation providers are

3093trained?

30948. Does your company have a Quality

3101Management Plan? If so, please provide a

3108copy. If not, describe your methods for

3115ensuring quality of services.

31199. Describe your company’s process for the

3126procurement of subcontracted operators, if

3131applicable, including your efforts for

3136recruitment and retention of minority

3141businesses.

314210. Please describe how your company’s

3148internal office practices lessen the impact

3154on non-renewable resources and global

3159climate change (reduction in water, energy,

3165paper use, minimalization of hazardous

3170materials, compressed or flexible work week

3176schedules, etc.).

317811. Discuss what initiatives your company

3184will implement to effectively manage current

3190funding levels and secure additional funds

3196to support the system.

320012. Provide 3-5 professional references

3205regarding your organization’s ability and

3210experience in providing specialized

3214transportation, including but not limited to

3220Medicaid NET services. The references

3225should state the period of time service was

3233provided.

3234b. Identification of Key Personnel

3239The Proposer should provide the names of key

3247personnel on the Proposer’s team, as well as

3255a resume for each individual proposed and a

3263description of the functions and

3268responsibilities of each key person relative

3274to the task to be performed. The

3281approximate percent of time to be devoted

3288exclusively for the project and to the

3295assigned tasks should also be indicated.

33013. PROPOSER’S TECHNICAL PLAN

3305The Proposer shall provide a technical plan

3312which explains technical approach and

3317facility capabilities.

3319Technical Approach

3321The Proposer should explain the approach,

3327capabilities, and means to be used in

3334accomplishing the tasks in the Scope of

3341Services, and where significant development

3346difficulties may be anticipated and

3351resolved. Any specific techniques to be

3357used should also be addressed in addition to

3365the following:

33671. The Proposer should provide a

3373description and location of the Proposer’s

3379facilities as they currently exist and as

3386they will be employed for the purpose of

3394this work.

33962. Identify your company’s software and

3402demonstrate its ability to comply with CMS,

3409HIPPA and Commission software necessary for

3415reporting data as required in Exhibit A,

3422scope of services.

34253. Provide documentation demonstrating the

3430number of specialized transportation trips,

3435including but not limited to, Medicaid NET,

3442provided on a monthly basis and show the

3450complaint ration on said trips. Please

3456state when and where these trips were

3463provided.

34644. Describe your company’s process for

3470tracking and resolving complaints received.

3475Please include the length of time it takes a

3484complaint to be resolved by your

3490organization.

34915. Describe your company’s ability to

3497monitor activities of subcontracted

3501operators. Reference evaluation tools used

3506and include copies in proposals if

3512available.

35136. Please describe your company’s vehicle

3519inspection and maintenance program to ensure

3525safe and reliable functioning of their

3531vehicles. Address how your company will

3537comply with the requirements of Chapter 14-

354490, FAC.

35467. Have your vehicles or your

3552subcontractors vehicles, been involved in

3557any accidents that resulted in a fatality

3564over the last year? Please attach the

3571accident report(s).

35738. Describe the process to acquire vehicles

3580for use in the service area. Provide the

3588estimated amount of time required to acquire

3595vehicles.

35969. Please describe any alternative energy

3602resources your company or your

3607subcontractors (or expectations listed in

3612procurement for subcontractors) may utilize,

3617such as solar or wind energy, and use of

3626bio-diesel or other alternative fuels in

3632support of your company’s energy needs.

363810. Provide a detailed plan describing the

3645process that will be followed to ensure a

3653smooth contract start-up on January 1, 2010.

366027. Based on the definition of proposer, which includes

3669the prime vendor and the proposer team, and based on the

3680information which was required to be submitted, it is clear that

3691the Commission contemplated that the prime vendor would not

3700necessarily be providing all the services required by the

3709contract and that some services could be subcontracted.

371728. In Addendum No. 2, the Commission responded

3725affirmatively to question 8 which provided:

3731Page 15, Section 2a, Proposer’s Management

3737Plan, #1 through #12 and Page 16, Section 3.

3746Proposer’s Technical Plan #1 through #10,

3752the terms “company” and “organization” are

3758used throughout this section. Please verify

3764that these terms are to mean the “Proposer.”

377229. The RFP and Addenda are not models of clarity;

3782however, when the responses to questions 7 and 8 in Addendum

3793No. 2 are considered together, information could be included

3802about the prime vendor and the proposer team, but only the

3813information about the prime vendor would be used in the

3823evaluation process. Thus, the proposals would have to identify

3832what information related to the prime vendor and what

3841information related to the proposer team.

384730. The parties have stipulated as follows:

3854MV Contract’s proposals, in part, described

3860the experience, contracts, facilities,

3864assets and/or personnel of some of its

3871related entities (parent and affiliated

3876corporations).

387731. Throughout its proposals MV Contract Transportation,

3884Inc., refers to the term “MV,” which it identifies on page 9 of

3898each of the proposals as “MV Transportation, Inc. and its

3908affiliates.” The cover letters for the proposals state that MV

3918is the current Subcontracted Transportation Provider (STP) for

3926the county for which the proposal is being submitted, meaning

3936that MV is the current STP for Palm Beach and Duval Counties.

3948However, MV is not the current STP provider in each of the

3960counties; MV Contract Transportation, Inc., is the current STP

3969provider in the two counties.

397432. In its proposals, MV Contract Transportation, Inc.,

3982refers to the experience of MV, meaning MV Transportation, Inc.,

3992and its affiliates. The proposals do not identify who the

4002affiliates are. One would presume that MV Contract

4010Transportation, Inc., is one of the affiliates, since it is a

4021wholly-owned subsidiary of MV Transportation, Inc., and is

4029submitting the proposals. The proposals do not delineate

4037between the experience and capabilities of MV Contract

4045Transportation, Inc., and MV Transportation, Inc., and its

4053affiliates.

405433. The RFP required that each proposal address the

4063“Company’s solvency and ability to assume the risks of service

4073provision in the proposed county.” The RFP did not require that

4084certain documents, such as a financial statement, be submitted

4093to satisfy this requirement. How this requirement was to be

4103addressed was to be left to the proposer.

411134. MV Contract Transportation, Inc.’s proposals address

4118the solvency issue by the following:

41245. Financial Resources and Stability

4129MV is a privately held firm that has neither

4138been bought by nor merged with another firm.

4146The lack of this debt load associated with

4154such transactions has allowed MV to control

4161interest costs and keep money in the pockets

4169of our customers and employees and out of

4177those of lenders.

4180MV is in sound financial condition and has

4188proven ability to run services efficiently.

4194We are well positioned to handle the risks

4202of this program, and understand the

4208contractual expectations of the CTD, and the

4215service expectations of our passengers.

4220The Company’s financial position is solid,

4226and has strengthened over the last three

4233years as evidenced by the increase in

4240working capital and working capital ratios.

4246The Company has the financial resources and

4253wherewithal to meet its financial

4258obligations. For more information regarding

4263the financial viability of MV, please

4269contact Mr. Jeff Heavin, Chief Financial

4275Officer, at (707)863-8980, extension 3009.

428035. Based on the definition of MV in MV Contract

4290Transportation, Inc.’s, proposals, an evaluator could not tell

4298to what extent the proposal is addressing the solvency of MV

4309Contract Transportation, Inc., and the ability of MV Contract

4318Transportation, Inc., to assume the risks of service provision

4327in the proposed county. This is important because MV Contract

4337Transportation, Inc., is the entity that would be legally bound

4347and responsible to perform under the contract. The Commission

4356would not be contracting with MV Transportation, Inc., or other

4366affiliates of MV Contract Transportation, Inc., and, therefore,

4374cannot hold MV Transportation, Inc., liable for the performance

4383of the contract.

438636. Section 28 of the Special Conditions of the RFP

4396provides:

439728.1 Evaluation Process :

4401A Technical Review team will be established

4408to review and evaluate each proposal

4414submitted in response to the Request for

4421Proposals (RFP). The Technical Review team

4427will be comprised of at least three persons

4435with background, experience, and/or

4439professional credentials in relative service

4444areas.

4445The Procurement Office will distribute to

4451each member of the Technical Review team a

4459copy of each technical proposal. The

4465Technical Review team members will

4470independently evaluate the proposals on the

4476criteria established in the section below

4482entitled “Criteria for Evaluation” in order

4488to assure that proposals are uniformly

4494rated. The Technical Review team will

4500assign points, utilizing the technical

4505evaluation criteria identified herein and

4510complete a technical summary. Proposing

4515firms must attain a score of seventy (70)

4523points or higher on the Technical Proposal

4530to be considered responsive.

4534During the process of evaluation, the

4540Procurement Office will conduct examinations

4545of proposals for responsiveness to

4550requirements of the RFP. Those determined

4556to be non-responsive will be automatically

4562rejected.

456328.2 Criteria for Evaluation

4567Proposals will be evaluated and graded in

4574accordance with the criteria detailed below.

4580a. Technical Proposal ( 100 Points)

4586Technical evaluation is the process of

4592reviewing the Proposer’s Executive Summary,

4597Management Plan, and Technical Plan for

4603understanding of project, qualifications,

4607approach and capabilities, to assure a

4613quality product.

4615The following point system is established

4621for scoring the technical proposals:

4626Point Value

46281. Executive Summary 25

46322. Management Plan 30

46363. Technical Plan 45

464037. The evaluators selected by the Commission to evaluate

4649the proposals for Duval County were Karen Somerset, Douglas

4658Harper, and Elizabeth De Jesus. The evaluators selected to

4667evaluate the proposals for Palm Beach County were Karen

4676Somerset, Douglas Harper, and Angela Morlok. The evaluators

4684were advised that they were not to discuss the proposals with

4695the other evaluators and that they were required to do an

4706independent evaluation.

470838. Each evaluator was to fill out a technical evaluation

4718summary sheet, which essentially tracked the areas listed in

4727Section 20.2 of the RFP for what was to be included in the

4740proposals for the executive summary, the management plan, and

4749the technical plan. Each evaluator based his or her scoring on

4760the maximum allowable points per category. Some evaluators

4768assigned points for various aspects of the proposals, and

4777others just gave points on the overall quality of the category

4788being evaluated. Regardless of the method that an evaluator

4797used to allocate the maximum points for each category, the

4807evaluator evaluated all the proposals in the same manner. None

4817of the evaluators discussed the proposals with the other

4826evaluators, nor did the evaluators discuss how the proposals

4835were to be scored with one another.

484239. The RFP did not require the evaluation team members to

4853meet to develop a method to allocate the maximum amount of

4864points for the categories to be evaluated. Although the RFP

4874states, “[t]he Technical Review team will assign points

4882utilizing the technical evaluation criteria identified herein,”

4890it is reasonable to construe the RFP to mean that each of the

4903evaluators was to assign points independently. This reading is

4912reasonable because the rest of the sentence in which that

4922language appears reads “and complete a technical summary.” The

4931technical summary was not to be completed by the evaluation team

4942as a whole. Each evaluator was to complete his or her own

4954technical summary for each of the proposals evaluated.

496240. Other than Ms. Somerset, who skimmed the contents of

4972the RFP, none of the evaluators had reviewed the RFP, including

4983the addenda, prior to their evaluations of the proposals. Thus,

4993the evaluators were not aware that they were to evaluate the

5004prime vendor, rather than the proposer as defined by the RFP.

501541. The evaluators did not consider whether the experience

5024and capabilities being evaluated were those of MV Contract

5033Transportation, Inc., or MV Transportation, Inc. They thought

5041had the STP transportation contracts in Palm Beach and Duval

5051Counties and assumed that entity who had those contracts was the

5062proposer.

506342. Section 1 of the Special Conditions of the RFP

5073provides:

5074Since July 1, 2003, the Department has been

5082using the State of Florida’s web-based

5088electronic procurement system.

5091MyFloridaMarketPlace. PROPOSERS MUST BE

5095REGISTERED IN THE STATE OF FLORIDA’S

5101MYFLORIDAMARKETPLACE SYSTEM BY THE TIME AND

5107DATE OF THE TECHNICAL PROPOSAL OPENING OR

5114THEY WILL BE CONSIDERED NON-RESPONSIVE (see

5120Special Condition 18). (Emphasis in

5125original)

512643. TMS Joint Venture is not registered with the

5135myFloridaMarketPlace system; however, the venturers, TMS

5141Management Group, Inc., and Transportation Management Services

5148of Brevard, Inc., are registered with the myFloridaMarketPlace

5156system. No credible evidence was presented on whether the joint

5166venture could have been registered with the myFloridaMarketPlace

5174system.

517544. Question 9 of Addendum No. 2 of the RFP stated: “On

5187several forms, the proposer’s FEID number is referenced. If the

5197proposer is a joint venture, shall the FEID numbers of each

5208venturer be listed or shall only the lead administrative

5217venturer’s FEID number be listed?” The Commission’s written

5226response stated: “Only the lead administrative venturer’s FEID

5234number should be listed.” An entity’s FEID number can be used

5245to register with the myFloridaMarketPlace system. Thus, TMS

5253Joint Venture took this response also to mean that, since both

5264the venturers were registered on the myFloridaMarketPlace

5271system, the listing of the lead administrative venturer as being

5281registered on the myFloridaMarketPlace system was sufficient to

5289make the proposals responsive.

529345. When Ms. Plummer received the proposals from TMS Joint

5303Venture, she questioned whether the proposals were responsive

5311and discussed it with her supervisor. The Department took the

5321position that both venturers were listed on the system; thus,

5331the registering of the lead administrative venturer was

5339sufficient to deem the proposals of TMS Joint Venture responsive

5349to the requirement to be registered on the myFloridaMarketPlace

5358system.

535946. The parties have stipulated that “TMS’s proposals

5367described the experience, contracts, facilities, assets and/or

5374personnel of its Joint Venturers.”

537947. MV Contract Transportation, Inc., contends that TMS

5387Joint Venture is not responsive to the RFP because it listed

5398Greater Pinellas Transportation Management Services, Inc.

5404(GPTMS), as the provider for a contract that was listed in the

5416experience section of TMS Joint Venture’s proposals. The

5424listing was clear that GPTMS had been the contractor for the

5435project listed and not TMS Joint Venture. The evaluators could

5445tell by reading TMS Joint Venture’s proposals what experience

5454related to TMS Joint Venture and what experience related to

5464GPTMS. The evaluators could not tell from reading the proposals

5474of MV Contract Transportation, Inc., what experience was related

5483to MV Contract Transportation, Inc., because the experience was

5492described as the experience of MV, which was defined as MV

5503Transportation, Inc., and its affiliates.

550848. The RFP required proposers to provide “a description

5517and location of the Proposer’s facilities as they currently

5526exist and as they will be employed for the purpose of this

5538contract.” TMS Joint Venture described its call center in

5547Clearwater, which “contains 6,000 square feet, with 3,700 feet

5558of additional space to rapidly expand, of administrative space

5567and provides for all functional areas.” TMS Joint Venture

5576leases the building in which the call center is located, but it

5588currently shares space in the call center with GPTMS. TMS Joint

5599Venture did not disclose that it is currently sharing space with

5610GPTMS. However, there was no evidence presented that the call

5620center as it currently exists does not have sufficient

5629capability to meet the needs of the contracts at issue.

563949. In TMS Joint Venture’s proposals, the Management Plan

5648section states:

5650The TMS senior management has spent years

5657constructing and honing our client

5662eligibility screening systems. TMS staff

5667began innovating these systems in 1991, when

5674management quantitatively analyzed our

5678existing transportation systems. TMS was

5683alarmed when we quantified the considerable

5689costs that running trips for ineligible

5695clients, imposed on the business.

5700The Management Plan goes on to say what measures TMS Joint

5711Venture takes to ensure that ineligible clients do not receive

5721services. Mr. David McDonald, the president of TMS Management

5730Group, Inc., explained that the language was meant to

5739demonstrate that the senior staff members of TMS Joint Venture

5749had been constructing and honing eligibility systems since 1991

5758and that they had applied their experience in developing the

5768screening measures used by TMS Joint Venture.

577550. In TMS Joint Venture’s proposals, the Management Plan

5784includes the following statement:

5788For more than 15 years, the TMS team has

5797managed the administration, coordination,

5801and provision of Medicaid and all other

5808types of human transportation. The TMS

5814operations team has nearly 350 years of

5821Medicaid and other transportation related

5826service delivery experience.

5829This statement is referring to the experience of the management

5839team members and not specifically to the number of years that

5850TMS Joint Venture or the venturers had been in business. That

5861portion of the proposals goes on to list the various current

5872contracts of the venturers of TMS Joint Venture.

588051. Section 19 of the Special Conditions of the RFP

5890provides:

5891Proposals found to be non-responsive shall

5897not be considered. Proposals may be

5903rejected if found to be irregular or not in

5912conformance with the requirements and

5917instructions herein contained. A proposal

5922may be found to be irregular or non-

5930responsive by reasons that include, but are

5937not limited to, failure to utilize or

5944complete prescribed forms, conditional

5948proposals, incomplete proposals, indefinite

5952or ambiguous proposals, and improper and/or

5958undated signatures.

596052. Section 16 of Pur 1001 form attached to the RFP

5971provides:

5972Minor Irregularities/Right to Reject. The

5977Buyer reserves the right to accept or reject

5985any and all bids, or separable portions

5992thereof, and to waive any minor

5998irregularity, technicality, or omission if

6003the Buyer determines that doing so will

6010serve the State’s best interests. The Buyer

6017may reject any response not submitted in the

6025manner specified by the solicitation

6030documents.

6031CONCLUSIONS OF LAW

603453. The Division of Administrative Hearings has

6041jurisdiction over the parties to and the subject matter of this

6052proceeding. §§ 120.569 and 120.57, Fla. Stat.

605954. Subsection 120.57(3)(b), Florida Statutes, provides:

6065(b) Any person who is adversely affected by

6073the agency decision or intended decision

6079shall file with the agency a notice of

6087protest in writing within 72 hours after the

6095posting of the notice of decision or

6102intended decision. . . . The formal written

6110protest shall be filed within 10 days after

6118the date the notice of protest is filed.

6126Failure to file a notice of protest or

6134failure to file a formal written protest

6141shall constitute a waiver of proceedings

6147under this chapter. The formal written

6153protest shall state with particularity the

6159facts and law upon which the protest is

6167based. Saturdays, Sundays, and state

6172holidays shall be excluded in the

6178computation of the 72-hour time periods

6184provided by this paragraph.

618855. MV Contract Transportation, Inc., takes the position

6196that the formal protest of the Palm Beach County contract was

6207not timely filed. The evidence demonstrated that the notices of

6217protests and the formal written protests filed by TMS Joint

6227Venture for the both the Duval County and the Palm Beach County

6239contracts were timely filed.

624356. Subsection 120.57(3), Florida Statutes, provides the

6250procedural requirements for a notice of protest of a

6259solicitation or intended contract award. Subsection

6265120.57(3)(b), Florida Statutes, provides that “[a]ny person who

6273is adversely affected by the agency decision or intended

6282decision shall file with the agency a notice of protest in

6293writing within 72 hours after the posting of the notice of

6304decision or intended decision.”

630857. Florida Administrative Code Rule 28-110.003(1)

6314provides a detailed description of the requirements for a notice

6324of protest stating:

6327(1) A notice of protest shall be addressed

6335to the office that issued the solicitation

6342or made any other decision that is intended

6350to be protested; shall identify the

6356solicitation by number and title or any

6363other language that will enable the agency

6370to identify it; and shall state that the

6378person intends to protest the

6383decision. . . .

638758. MV Contract Transportation, Inc., takes the position

6395that the notice of protest filed by TMS Joint Venture for the

6407Duval County contract was defective because it listed “MV

6416Transportation, Inc. (‘MV’)” as the intended awardee of the

6425contract. The notice of protest filed by TMS Joint Venture to

6436the intended award of the Duval County contract met the

6446requirements of Florida Administrative Code Rule 28-110.003(1).

6453The notice of protest identified the solicitation and stated

6462that TMS Joint Venture intended to protest the award of the

6473solicitation. The notice did what it was supposed to do, i.e.

6484put the agency on notice that the intended award of the Duval

6496County contract was being protested. The misnaming of the

6505intended awardee of the contract did not mislead the agency or

6516MV Contract Transportation, Inc., about what was being

6524protested.

652560. Subsection 120.57(3)(f), Florida Statutes, provides

6531that in a protest to a proposed contract award pursuant to a

6543request for proposals:

6546[u]nless otherwise provided by statute, the

6552burden of proof shall rest with the party

6560protesting the proposed agency action. In a

6567competitive-procurement protest, other than

6571a rejection of all bids, proposals, or

6578replies, the administrative law judge shall

6584conduct a de novo proceeding to determine

6591whether the agency's proposed action is

6597contrary to the agency's governing statutes,

6603the agency's rules or policies, or the

6610solicitation specifications. The standard

6614of proof for such proceedings shall be

6621whether the proposed agency action was

6627clearly erroneous, contrary to competition,

6632arbitrary, or capricious.

663561. The court in Colbert v. Department of Health , 890 So.

66462d 1165, 1166 (Fla. 1st DCA 2004), defined the clearly erroneous

6657standard to mean “the interpretation will be upheld if the

6667agency’s construction falls within the permissible range of

6675interpretations. If however, the agency’s interpretation

6681conflicts with the plain and ordinary intent of the law,

6691judicial deference need not be given to it.” (Citations

6700omitted)

670162. A capricious action has been defined as an action,

6711“which is taken without thought or reason or irrationally.”

6720Agrico Chemical Co. v. Department of Environmental Regulation ,

6728365 So. 2d 759, 763 (Fla. 1st DCA 1978), cert. denied 376 So. 2d

674274 (Fla. 1979). “An arbitrary decision is one that is not

6753supported by facts or logic.” Id. The inquiry to be made in

6765determining whether an agency has acted in an arbitrary or

6775capricious manner involves consideration of “whether the agency:

6783(1) has considered all relevant factors; (2) given actual, good

6793faith consideration to the factors; and (3) has used reason

6803rather than whim to progress from consideration of these factors

6813to its final decision.” Adam Smith Enterprises v. Department of

6823Environmental Regulation , 553 So. 2d 1260, 1273 (Fla. 1st DCA

68331989). The standard has also been formulated by the court in

6844Dravo Basic Materials Co. v. Department of Transportation , 602

6853So. 2d 632, 632 n.3 (Fla. 2d DCA 1992), as follows: “If an

6866administrative decision is justifiable under any analysis that a

6875reasonable person would use to reach a decision of similar

6885importance, it would seem that the decision is neither arbitrary

6895nor capricious.”

689763. TMS Joint Venture has the burden to establish the

6907allegations in the Petitions for Formal Administrative Hearing

6915by a preponderance of the evidence. Department of

6923Transportation v. Groves-Watkins , 530 So. 2d 912, 913-914 (Fla.

69321988).

693364. TMS Joint Venture alleges that MV Contract

6941Transportation, Inc., did not submit responsive proposals for

6949Duval and Palm Beach Counties, and it failed to:

6958(1) provide a proposal that clearly and

6965unambiguously identified the proposer as MV

6971Contract and which did not misrepresent its

6978experience, contracts, facilities, assets,

6982and/or personnel;

6984(2) submit the required data and

6990information to demonstrate its financial

6995condition and solvency;

6998(3) have the proposal executed by a duly

7006authorized corporate officer, rather than an

7012officer for a related non-proposer entity;

7018(4) correctly represent it had only existed

7025since 2003, rather misrepresenting that the

7031proposer had 35 years of experience;

7037(5) correctly represent than many of its

7044claimed contracts and much of its claimed

7051experience was actually the experience of

7057others or identify the company assets

7063available to operate in Palm Beach County

7070[and Duval County] and to list those assets

7078that were committed to the Palm Beach County

7086project [and Duval County project];

7091(6) submit evidence of its experience and

7098past performance strictly related to itself,

7104rather than wrongfully misrepresenting it

7109had obtained experience before it ever

7115existed;

7116(7) correctly represent that the audit

7122results of the Federal Transit

7127Administration or Authority and others

7132referencing the experience and policies

7137described in the proposal were not its

7144experience, qualifications or contracts, but

7149that of others;

7152(8) submit a proper “organizational

7157structure” for review, but rather submitted

7163only a line of “direct reports” for those

7171who might work on the project; and

7178(9) submit factually accurate counts and

7184complaint ratios for MV Contract’s then

7190current projects.

719265. TMS Joint Venture also alleges that the evaluations of

7202the proposals were not proper because the evaluators scored

7211MV Contract Transportation, Inc.’s, proposals based

7217misrepresentations made by MV Contract Transportation, Inc.,

7224concerning MV Contract Transportation, Inc.’s, prior experience

7231and current contracts.

723466. Additionally, TMS Joint Venture alleged that with

7242regard to the award for the Palm Beach County contract that the

7254Department improperly rescored MV Contract Transportation,

7260revealed, signed, submitted, calculated, tabulated, and posted.”

726767. Agencies enjoy a wide discretion when it comes to

7277soliciting and accepting proposals, and an agency’s decision,

7285when based upon an honest exercise of such discretion, will not

7296be set aside even where it may appear erroneous or if reasonable

7308people might disagree. See Baxter’s Asphalt & Concrete, Inc. v.

7318Department of Transportation , 475 So. 2d 1284, 1287 (Fla. 1st

7328DCA 1985); Capelletti Brothers, Inc. v. Department of General

7337Services , 432 So. 2d 1359, 1363 (Fla. 1st DCA 1963). An agency

7349has the discretion to waive an irregularity in a bid when the

7361irregularity is not material, that is, when it does not give the

7373bidder a “substantial advantage over the other bidders.”

7381Tropabest Foods, Inc. v. Department of General Services , 493 So.

73912d 50, 52 (Fla. 1st DCA 1986).

739868. The purpose of competitive bidding for the award of

7408public contracts is to ensure fairness to prospective vendors

7417and to secure the best value at the lowest price to the public.

7430This objective was explained by the Florida Supreme Court in

7440Wester v. Belote , 138 So. 721, 722 (Fla. 1938) as follows:

7451The object and purpose of competitive

7457bidding is to protect the public against

7464collusive contracts; to secure fair

7469competition upon equal terms to all bidders;

7476to remove, not only collusion, but

7482temptation for collusion and opportunity for

7488gain at public expense; to close all avenues

7496to favoritism and fraud in its various

7503forms; to secure the best values at the

7511lowest possible expense; and to afford an

7518equal advantage to all desiring to do

7525business with the public authorities, by

7531providing an opportunity for an exact

7537comparison of bids.

754069. The evaluators were not aware of the questions and

7550responses contained in Addendum No. 2 and, therefore, were not

7560aware that the evaluation was to be made based on the prime

7572vendor’s experience, solvency, and ability to fulfill the

7580requirements of the scope of service. The evaluators considered

7589the experience, solvency, and capabilities of MV Transportation,

7597Inc., and its affiliates in scoring the proposals submitted by

7607MV Contract Transportation, Inc. The evaluators did not

7615evaluate MV Contract Transportation, Inc.’s, proposals in

7622accordance with the requirements of the RFP and addenda. Their

7632evaluation was clearly erroneous. The evaluation gave MV

7640Contract Transportation, Inc., an advantage over the other

7648bidders because the experience, solvency, and capabilities of

7656entities other than the prime vendor were considered.

766470. MV Contract Transportation, Inc., was allowed by the

7673RFP to submit experience, solvency, and capabilities of members

7682of the proposer team as well as the prime vendor. The response

7694to question 8 in Addendum No. 2 clearly states that the terms

7706in the Proposer’s Management Plan and the Proposer’s Technical

7715Plan mean proposer, which by definition includes the prime

7724vendor and the proposal team. Because of the way MV Contract

7735Transportation, Inc., defined “MV” in the proposal and because

7744the references to experience, solvency, and capabilities were

7752presented as those of MV, there was no way that the evaluators

7764could determine which information pertained to MV Contract

7772Transportation, Inc., nor could they now on a reevaluation of MV

7783Contract Transportation, Inc.’s, proposals.

778771. TMS Joint Venture’s claim that MV Contract

7795Transportation, Inc.’s proposals were not signed by a duly-

7804authorized officer for MV Contract Transportation, Inc., is

7812without merit. The proposals were signed by a vice president of

7823MV Contract Transportation, Inc., and no evidence was presented

7832that he did not have the authority to bind MV Contract

7843Transportation, Inc.

784572. The reposting of the intended award of the Palm Beach

7856County contract was simply a correction of a scrivener’s error

7866which occurred during the transfer of one evaluator’s

7874handwritten score to the typed evaluation summary. The

7882proposals had not been reevaluated. The correction did not give

7892any proposer an advantage over the other proposers.

790073. TMS Joint Venture claims that the evaluators did not

7910comply with the RFP because they did not meet and develop

7921methodology for allocating the total points assigned to each

7930section of the proposals to be evaluated. This issue was not

7941raised in the Petitions for Formal Hearing and was not raised in

7953the Joint Pre-hearing Stipulation. Subsection 120.57(3)(b),

7959Florida Statutes, requires that “[t]he formal written protest

7967shall state with particularity the facts and law upon which the

7978protest is based.” A formal protest may be amended as any other

7990petition in an administrative hearing. See Optiplan, Inc. v.

7999School Board of Broward County , 710 So. 2d 569 (Fla. 4th DCA

80111998). TMS Joint Venture did not at any time seek to amend its

8024formal protest to include the issue of further allocation of

8034points by the evaluation committee. However, both TMS Joint

8043Venture and MV Contract Transportation, Inc., have addressed

8051this issue at hearing and in their proposed recommended orders.

8061For the reasons stated in the Findings of Fact, the RFP did not

8074require all the evaluation team members to meet and establish a

8085further allocation of the maximum points allowed for each

8094category.

809574. Subsection 120.57(3)(b), Florida Statutes, provides

8101that a person who is adversely affected by an agency decision or

8113intended decision may file a bid protest. The RFP provides that

8124the contracts will be awarded to the proposers who are

8134responsive and responsible and whose proposals are determined to

8143be the most advantageous to the Commission. The relief

8152requested by TMS Joint Venture is not that all bids be deemed

8164nonresponsive and the RFP be reissued; therefore, in order to

8174have standing to bring a bid protest, TMS Joint Venture must

8185demonstrate that but for the intended award proposed by the

8195agency that TMS Joint Venture would have been awarded the

8205contract. See Intercontinental Properties, Inc. v. Dept. of

8213Health and Rehabilitative Services , 606 So. 2d 380 (Fla. 3rd DCA

82241992); Greenhut Construction Co. v. Henry A. Knott, Inc. , 247

8234So. 2d 517 (Fla. 1st DCA 1971); and Couch Contruction Co. v.

8246Dept. of Transportation , 361 So. 2d 184 (Fla. 1st DCA 1978).

825775. MV Contract Transportation, Inc., claims that TMS

8265Joint Venture is nonresponsive because it included the

8273experience of the joint venturers and of GPTMS in its proposals.

8284The parties stipulated that TMS Joint Venture’s proposals

8292described the experience, contracts, facilities, assets and/or

8299personnel of its joint venturers. The parties did not stipulate

8309that the experience, contracts, facilities, assets and/or

8316personnel described in the proposals were only those of the

8326joint venturers. The RFP contemplated that information would be

8335submitted concerning the proposer, which included the prime

8343vendor and the proposer team. Thus, there was no error made

8354when TMS Joint Venture included a single reference to a contract

8365performed by GPTMS. The proposals clearly indicated that the

8374contract was being performed by GPTMS so that the evaluators

8384knew that for that contract neither the experience of the Joint

8395Venture nor the joint venturers was being described. Therefore,

8404an evaluation could be made of the experience of the Joint

8415Venture and the joint venturers. No evidence was presented to

8425show that the inclusion of the GPTMS contract made any

8435difference in the points assigned by the individual evaluators.

844476. MV Contract Transportation, Inc., claims that TMS

8452Joint Venture’s proposals suffer from the same deficiency as MV

8462Contract Transportation, Inc.’s, proposals because information

8468was included about both joint venturers and the evaluations were

8478made of the experiences, capabilities, solvency, facilities, and

8486assets of the joint venturers rather than the joint venture.

8496The difference between MV Contract Transportation, Inc.’s,

8503proposals and TMS Joint Venture’s proposals is that both joint

8513venturers are bound if a contract is awarded to TMS Joint

8524Venture, but MV Transportation, Inc., and its affiliates, other

8533than MV Contract Transportation, Inc., could not be held

8542responsible for the performance of any contracts awarded to MV

8552Contract Transportation, Inc., pursuant to the RFP. The court

8561in Metrolimo, Inc. v. Lamm , 666 So. 2d 552, 553 (Fla. 3rd DCA

85741995), stated:

8576Appellants Metrolimo, Inc. and Red Top

8582Transportation, Inc. formed a joint venture

8588called Comprehensive Paratransit Services.

8592Comprehensive entered into a contract with

8598Dade County to provide special

8603transportation services for disabled riders.

8608* * *

8611In this case Red Top and Metrolimo formed a

8620joint venture to provide special

8625transportation services. Comprehensive did

8629not itself have employees, but instead the

8636activities of the joint venture were to be

8644carried out by the joint venture partners,

8651Red Top and Metrolimo. The joint venture

8658was free to hire independent contractors, if

8665it wished, but the carrying out of the

8673contract was the responsibility of the joint

8680venture and the joint venture partners. The

8687joint venture and the joint venture partners

8694could not, by subcontracting, exonerate

8699themselves from liability. The joint

8704venture and joint venture partners are

8710liable for the negligent acts of the driver.

8718(Citations omitted)

8720In the instant cases, TMS Joint Venture; TMS Management Group,

8730Inc.; and Transportation Management Services of Brevard, Inc.,

8738would be liable under contracts awarded pursuant to the RFP.

8748Additionally, the Joint Venture Agreement makes it clear that

8757both venturers would be bound by contracts awarded to TMS Joint

8768Venture. Other contracts awarded to TMS Joint Venture pursuant

8777to this RFP have been entered into by TMS Joint Venture/TMS

8788Management Group, Inc., and Transportation Management Services

8795of Brevard, Inc., which means that both venturers are bound to

8806the terms of the contracts.

881177. MV Contract Transportation, Inc., contends that TMS

8819Joint Venture is not responsive to the RFP because TMS Joint

8830Venture is not registered with the myFloridaMarketPlace system.

8838The Commission took the position that TMS Joint Venture met the

8849requirements of the RFP because TMS Joint Venture’s proposals

8858listed the lead administrative venturer as being registered with

8867the myFloridaMarketPlace system. Such an interpretation is not

8875clearly erroneous, arbitrary, capricious, or contrary to

8882competition. Both venturers were listed in the

8889myFloridaMarketPlace system, and both would be bound by the

8898terms of any contract awarded to TMS Joint Venture pursuant to

8909the RFP. TMS Management Group, Inc., is the lead administrative

8919venturer who has the authority to accept payments to TMS Joint

8930Venture. In Addendum No. 2, the Commission responded that the

8940FEID number of the lead administrative venturer could be used in

8951forms requiring the listing of an FEID number. An entity’s FEID

8962number can be used to register with the myFloridaMarketPlace

8971system. Thus, it is reasonable to deem the myFloridaMarketPlace

8980registration number of the lead administrative venturer to meet

8989the requirements of the RFP. There is no competitive advantage

8999to such an interpretation.

900378. MV Contract Transportation, Inc., contends that TMS

9011Joint Venture is not responsive to the RFP because it

9021misrepresented its experience when it talked about experience

9029relating to the methods for ensuring that ineligible clients do

9039not receive services and experience in providing specialized

9047transportation services. The discussion in TMS Joint Venture’s

9055proposals relating to the analyses of client eligibility systems

9064beginning in 1991 is not artfully worded. It was intended to

9075mean that the members of the senior staff had experience

9085developing such systems since 1991. The proposals go on to

9095provide information on how TMS Joint Venture would deal with the

9106eligibility issue in the performance of a contract. The

9115language dealing with analyses since 1991 is a minor

9124irregularity and does not give TMS Joint Venture an advantage

9134over the other proposers.

913879. TMS Joint Venture clearly was discussing the

9146experience of its staff in providing specialized transportation

9154services. TMS Joint Venture listed the current contracts that

9163the venturers had relating to the provision of specialized

9172transportation services.

917480. MV Contract Transportation, Inc., contends that TMS

9182Joint Venture is not responsive to the RFP because it did not

9194reveal in its proposal that it shared space with GPTMS in the

9206call center that would be used for the contracts. Such failure

9217to disclose is a minor irregularity. No evidence was presented

9227to show that the space was not sufficient to perform the

9238contracts. No evidence was presented that the evaluators would

9247have changed their scores if the information had been disclosed.

925781. TMS Joint Venture is responsive to the RFP.

9266RECOMMENDATION

9267Based on the foregoing Findings of Fact and Conclusions of

9277Law, it is RECOMMENDED that a final order be entered finding

9288that the evaluation of the proposals of MV Contract

9297Transportation, Inc., were contrary to the RFP; that the way in

9308which MV Contract Transportation, Inc., submitted its proposals

9316prevents the evaluators from evaluating the proposals in

9324accordance with the RFP; that the notices of protests and formal

9335protests of TMS Joint Venture were timely filed; and that the

9346proposals of TMS Joint Venture are responsive to the RFP.

9356DONE AND ENTERED this 25th day of March, 2010, in

9366Tallahassee, Leon County, Florida.

9370S

9371SUSAN B. HARRELL

9374Administrative Law Judge

9377Division of Administrative Hearings

9381The DeSoto Building

93841230 Apalachee Parkway

9387Tallahassee, Florida 32399-3060

9390(850) 488-9675

9392Fax Filing (850) 921-6847

9396www.doah.state.fl.us

9397Filed with the Clerk of the

9403Division of Administrative Hearings

9407this 25th day of March, 2010.

9413ENDNOTE

94141/ Unless otherwise indicated, all references to the Florida

9423Statutes are to the 2009 version.

9429COPIES FURNISHED :

9432Bobby Jernigan, Executive Director

9436Florida Commission for the

9440Transportation Disadvantaged

94422740 Centerview Drive, Suite 1A

9447Tallahassee, Florida 32399

9450E. A. Seth Mills, Jr., Esquire

9456Kevin M. Mekler, Esquire

9460Mills Paskert Divers, P.A.

9464100 North Tampa Street, Suite 2010

9470Tampa, Florida 33602

9473Thomas Barnhart, Esquire

9476Office of the Attorney General

9481The Capitol, Plaza Level 01

9486Tallahassee, Florida 32399-1050

9489Christopher T. McRae, Esquire

9493David J. Metcalf, Esquire

9497McRae & Metcalf, P. A.

95022612 Centennial Place

9505Tallahassee, Florida 32308

9508NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

9514All parties have the right to submit written exceptions within

952410 days from the date of this Recommended Order. Any exceptions

9535to this Recommended Order should be filed with the agency that

9546will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 06/02/2010
Proceedings: Agency Final Order
PDF:
Date: 06/02/2010
Proceedings: Agency Final Order filed.
PDF:
Date: 04/15/2010
Proceedings: Response to Intervenor's Exceptions to Recommended Order filed.
PDF:
Date: 04/15/2010
Proceedings: Response to Respondent's Exception's to Recommended Order filed.
PDF:
Date: 04/05/2010
Proceedings: Intervenor's Exceptions to Recommended Order (filed in Case No. 10-000051BID).
PDF:
Date: 03/25/2010
Proceedings: Recommended Order
PDF:
Date: 03/25/2010
Proceedings: Recommended Order (hearing held February 4 and 5, 2010). CASE CLOSED.
PDF:
Date: 03/25/2010
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 03/08/2010
Proceedings: Intervenor's (Proposed) Recommended Order filed.
PDF:
Date: 03/05/2010
Proceedings: Intervenor's Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 03/05/2010
Proceedings: (Petitioner`s Proposed) Recommended Order filed.
PDF:
Date: 03/05/2010
Proceedings: Petitioner's Notice of Filing Proposed Recommended Order.
PDF:
Date: 03/05/2010
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 03/04/2010
Proceedings: Order Granting Motion to Extend Page Count.
PDF:
Date: 03/03/2010
Proceedings: (Proposed) Order Granting Motion for Extension of Time to Respond to Complaint for Interpleader filed.
PDF:
Date: 03/03/2010
Proceedings: Motion for Extension of Page Count for Proposed Recommended Order filed.
Date: 02/23/2010
Proceedings: Transcript of Proceedings (volume I-IV) filed.
PDF:
Date: 02/17/2010
Proceedings: Notice of Unavailability filed.
Date: 02/15/2010
Proceedings: CASE STATUS: Pre-hearing Conference Held.
PDF:
Date: 02/08/2010
Proceedings: Letter to Judge Harrell from D. Metcalf regarding Tax Returns filed.
PDF:
Date: 02/05/2010
Proceedings: Joint Pre-hearing Stipulation filed.
Date: 02/04/2010
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 02/04/2010
Proceedings: Petitioner's Notice to Produce at Final Hearing Directed to Intervenor filed.
PDF:
Date: 02/04/2010
Proceedings: Order on Emergency Motion for Protective Order.
PDF:
Date: 02/04/2010
Proceedings: Joint Pre-hearing Stipulation filed.
Date: 02/03/2010
Proceedings: CASE STATUS: Motion Hearing Held.
PDF:
Date: 02/03/2010
Proceedings: Emergency Motion for Protective Order, Motion to Quash Subpoena and Incorporated Memorandum of Law filed.
PDF:
Date: 02/02/2010
Proceedings: Petitioner's Notice to Produce at Final Hearing Directed to Intervenor filed.
PDF:
Date: 02/02/2010
Proceedings: Petitioner's Amended Notice to Produce at Final Hearing Directed to Intervenor filed.
PDF:
Date: 02/01/2010
Proceedings: MV Contract's Notice of Serving Answers to Petitioner's Second set of Interrogatories filed.
PDF:
Date: 02/01/2010
Proceedings: MV Contract's Amended Responses to Petitioner's Request for Admissions filed.
PDF:
Date: 02/01/2010
Proceedings: MV Contract's Notice of Serving Answers to Petitioner's First set of Interrogatories filed.
PDF:
Date: 01/29/2010
Proceedings: Petitioner's Supplemental Objections and Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/29/2010
Proceedings: Notice of Serving Petitioner's Supplemental Objections and Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/27/2010
Proceedings: Order on Motions to Compel.
PDF:
Date: 01/27/2010
Proceedings: Order on Motion to Dismiss.
PDF:
Date: 01/27/2010
Proceedings: Order on Motion to Dismiss for Lack of Standing.
PDF:
Date: 01/27/2010
Proceedings: Amended Notice of Taking Deposition (of MV Contract's Corporate Representative) filed.
PDF:
Date: 01/27/2010
Proceedings: Petitioner's Response in Opposition to Intervenor's Motion to Dismiss for Standing filed.
PDF:
Date: 01/27/2010
Proceedings: Notice of Taking Deposition (Elizabeth DeJesus, Bob Jernigan, G. Douglas Harper) filed.
PDF:
Date: 01/27/2010
Proceedings: Petitioner's Motion to Compel Production of Documents, Answers to Interrogatories, and Responses to Request for Admissions filed.
PDF:
Date: 01/27/2010
Proceedings: Notice of Taking Depositions (TMS' Corporate Respresentative and Lisa Bacot) filed.
PDF:
Date: 01/26/2010
Proceedings: Notice of Taking Deposition (of Corp. Rep. for MV Contract Transportation Inc.) filed.
Date: 01/25/2010
Proceedings: CASE STATUS: Motion Hearing Held.
PDF:
Date: 01/25/2010
Proceedings: Petitioner's Objections and Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/25/2010
Proceedings: Notice of Serving Petitioner's Objections and Verified Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/25/2010
Proceedings: Petitioner's Second Set of Interrogatories to Intervenor filed.
PDF:
Date: 01/25/2010
Proceedings: Petitioner's Response in Opposition to Intervenor's Motion to Dismiss or to Relinquish Jurisdiction filed.
PDF:
Date: 01/25/2010
Proceedings: Notice of Serving Petitioner's Second Set of Interrogatories to Intervenors filed.
PDF:
Date: 01/25/2010
Proceedings: Re-notice of Taking Deposition filed.
PDF:
Date: 01/25/2010
Proceedings: Motion to Compel Production of Documents, Answers to Interrogatories, and Answers to Requests for Admissions filed.
PDF:
Date: 01/25/2010
Proceedings: Petitioner's Objections and Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/25/2010
Proceedings: Notice of Serving Petitioner's Objections and Verified Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/25/2010
Proceedings: MV Contract's Reply in Suport of Intervenor's Motion to Dismiss for Lack of Standing filed.
PDF:
Date: 01/25/2010
Proceedings: MV Contract's Reply in Support of Intervenor's Motion to Dismiss or to Relinguish Jurisdiction filed.
PDF:
Date: 01/25/2010
Proceedings: MV Contract's Motion to Compel Interrogatory Answers filed.
PDF:
Date: 01/25/2010
Proceedings: MV Contract's First set of Interrogatories to Petitioner filed.
PDF:
Date: 01/25/2010
Proceedings: Petitioner's Objections and Unverifed Responses to Intervenor's First set of Interrogatories filed.
PDF:
Date: 01/25/2010
Proceedings: Notice of Taking Deposition (of E. DeJesus, B. Jernigan, G. Harper, K. Somerset, A. Morlock) filed.
PDF:
Date: 01/25/2010
Proceedings: Notice of Taking Deposition (of K. Somerset, D. Harper, B. Jernigan) filed.
PDF:
Date: 01/25/2010
Proceedings: MV Contract's Notice of Supplemental Authority filed.
PDF:
Date: 01/22/2010
Proceedings: Petitioner's Response in Opposition to Intervenor's Motion to Dismiss or to Relinquish Jurisdiction filed.
PDF:
Date: 01/22/2010
Proceedings: Petitioner's Response in Opposition to Intervenor's Motion to Dismiss for Standing filed.
PDF:
Date: 01/22/2010
Proceedings: Notice of Telephonic Motion Hearing (motion hearing set for January 25, 2010; 2:00 p.m.).
Date: 01/22/2010
Proceedings: CASE STATUS: Pre-Hearing Conference Held.
Date: 01/21/2010
Proceedings: CASE STATUS: Pre-Hearing Conference Held.
PDF:
Date: 01/21/2010
Proceedings: Notice of Appearance filed.
PDF:
Date: 01/21/2010
Proceedings: Notice of Appearance (filed in Case No. 10-000051BID).
PDF:
Date: 01/20/2010
Proceedings: Petitioner's Second Set of Interrogatories to Intervenor filed.
PDF:
Date: 01/20/2010
Proceedings: Notice of Serving Petitioner's Second Set of Interrogatories to Intervenor filed.
PDF:
Date: 01/20/2010
Proceedings: MV Contract's Responses to Petitioner's Fisrt Set of Interrogatories filed.
PDF:
Date: 01/20/2010
Proceedings: MV Contract's Notice of Serving Answers to Petitioner's Fisrt Set of Interrogatories filed.
PDF:
Date: 01/20/2010
Proceedings: MV Contract's Response to Petitioner's First Request for Production filed.
PDF:
Date: 01/20/2010
Proceedings: Petitioner's Objections and Unverified Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/20/2010
Proceedings: Notice of Serving Petitioner's Objections and Unverified Responses to Intervenor's First Set of Interrogatories filed.
PDF:
Date: 01/19/2010
Proceedings: MV Contract's Response to Petitioner's Request for Admissions filed.
PDF:
Date: 01/19/2010
Proceedings: MV Contract's Motion to Dismiss for Lack of Standing filed.
PDF:
Date: 01/19/2010
Proceedings: Motion to Dismiss or to Relinquish Jurisdiction of Time Barred Specifications Protest filed.
PDF:
Date: 01/19/2010
Proceedings: Petitioner's Objections and Response to Intervenor's First Request for Admissions filed.
PDF:
Date: 01/19/2010
Proceedings: Petitioner's Objections and Response to Intervenor's First Request for Production filed.
PDF:
Date: 01/15/2010
Proceedings: MV Contract's First Request for Admissions to Petitioner filed.
PDF:
Date: 01/15/2010
Proceedings: MV Contract's Notice of Serving Its First Set Interrogatories toTMS Joint Venture filed.
PDF:
Date: 01/15/2010
Proceedings: MV Contract's First Request for Production to Petitioner filed.
PDF:
Date: 01/13/2010
Proceedings: Petitioner's First Request for Production to Intervenor filed.
PDF:
Date: 01/12/2010
Proceedings: Petitioner's First Set of Interrogatories to Intervenor filed.
PDF:
Date: 01/12/2010
Proceedings: Notice of Serving Petitioner's First Set of Interrogatories to Intervenor filed.
PDF:
Date: 01/12/2010
Proceedings: Petitioner's First Request for Admissions to Intervenor filed.
PDF:
Date: 01/12/2010
Proceedings: Notice of Appearance (of R. Scully, filed in case no. 10-30BID) filed.
PDF:
Date: 01/12/2010
Proceedings: Notice of Appearance (of R. Scully, filed in case no. 10-000051BID).
PDF:
Date: 01/12/2010
Proceedings: Order Granting Petitions to Intervene.
PDF:
Date: 01/12/2010
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 01/12/2010
Proceedings: Notice of Hearing (hearing set for February 4 and 5, 2010; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 01/12/2010
Proceedings: Order of Consolidation (DOAH Case Nos. 10-0030BID, 10-0051BID).
Date: 01/11/2010
Proceedings: CASE STATUS: Pre-Hearing Conference Held.
PDF:
Date: 01/08/2010
Proceedings: MV Contract's Petition to Intervene filed.
PDF:
Date: 01/05/2010
Proceedings: Notice of Intent to Protest filed.
PDF:
Date: 01/05/2010
Proceedings: Petition for Formal Administrative Hearing filed.
PDF:
Date: 01/05/2010
Proceedings: Agency referral filed.

Case Information

Judge:
SUSAN BELYEU KIRKLAND
Date Filed:
01/05/2010
Date Assignment:
01/06/2010
Last Docket Entry:
06/02/2010
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related DOAH Cases(s) (2):

Related Florida Statute(s) (3):

Related Florida Rule(s) (1):