16-002762BID Jani-King Gulf Coast Region vs. Escambia County School Board
 Status: Closed
Recommended Order on Friday, August 26, 2016.


View Dockets  
Summary: Petitioner established that School District's intended award of contract to a non-responsive bidder was contrary to the RFP specifications and was clearly erroneous, contrary to competition, arbitrary and capricious.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8JANI - KING GULF COAST REGION,

14Petitioner,

15vs. Case No. 16 - 2762BID

21ESCAMBIA COUNTY SCHOOL BOARD,

25Respondent.

26_______________________________/

27RECOMMENDED ORDER

29A hearing was held pursuant to notice, on June 21, 2016 , in

41Pensacola, Florida, before W. David Watkins, the assigned

49Administrative Law Judge of the Florida Division of

57Administrative Hearings.

59APPEARANCES

60For Petitioner: Brian W . Hoffman, Esquire

67Carver Darden Koretzky Tessler Finn

72Blossman & Areaux, LLC

76801 W est Romana St reet , Suite A

84Pensacola, F lorida 32502

88S andra Destin Sims, Esquire

93Jani - King Gulf Coast Region

99122 W est Pine Street

104Ponchatoula, L ouisiana 70454

108For Respondent: David C. Wil lis, Esquire

115Hannah D. Monroe, Esquire

119Rumberger, Kirk & Caldwell, P.A.

124300 S outh Orange Avenue, Suite 1400

131Orlando, F lorida 32801

135STATEMENT OF THE ISSUE S

140On January 8, 2016, the Escambia County School District

149(District) issued Request for P roposal Number 161301 (RFP) for

159custodial services. The RFP was issued to solicit proposals to

169clean the DistrictÓs Zone Three schools. After evaluating the

178proposals, the District awarded the contract to American

186Facility Services, Inc. (AFS) , who was t he h ighest - scoring

198proposer. Enmon Enterprises , LLC , d/b/a Jani - King of Pensacola

208(Jani - King) , received the second highest score and is protesting

219the scoring and proposed award of the contract to AFS. At issue

231is whether the DistrictÓs decision to award the cleaning

240contract to AFS was contrary to a governing statute, the

250DistrictÓs rules or policies, or project specification; and , if

259so, whether such action was clearly erroneous, contrary to

268competition, arbitrary, or capricious.

272PRELIMINARY STATEMENT

274O n January 8, 2016, the District issued the RFP to solicit

286proposals for custodial services to clean the DistrictÓs Zone

295Three schools. The RFP had an opening date and time of March 1,

3082016 , at 2:00 p.m., Central Time. On March 14, 2016, an

319evaluation com mittee met to grade the submitted proposals. On

329April 8, 2016, evaluation tabulations and the recommended award

338were posted on - line. The tabulations showed that ten proposals

349were submitted, and of those ten proposals, three were

358immediately rejected as being non - responsive to the RFP. The

369recommended supplier, pursuant to the tabulation results, was

377AFS with a score of 94 points. Jani - King was the second highest

391scored supplier with a score of 83.65 points.

399Jani - King protested the scoring and proposed award of the

410contract to AFS. Jani - King argues that AFS submitted a non -

423responsive proposal because it submitted reviewed , rather than

431audited , financial statements, although the RFP required

438submittal of two years of audited financial statements. Jani -

448K ing contends that the submission of reviewed, rather than

458audited, financial statements was a material deviation from the

467requirements of the RFP and , thus, renders AFSÓs proposal non -

478responsive. Jani - King argues that because the proposal was non -

490responsi ve , it should have immediately been rejected, or at the

501least, the company should have received no points in the

511Ðfinancial stabilityÑ section of the RFP. Jani - King also argues

522that the scoring methodology of the financial statements was

531arbitrary and cap ricious.

535Jani - KingÓs Protest was referred to the Division of

545Administrative Hearings (DOAH) on May 18, 2016, where it was

555assigned to the undersigned. By Notice entered on May 20, 2016 ,

566the final hearing was scheduled for June 21, 2016.

575The final hearing was convened as scheduled. At the

584hearing , th e parties submitted a Joint Preh earing Stipulation

594which included some stipulated facts. To the extent relevant,

603those stipulated facts have been incorporated herein.

610At the hearing , the parties called the fol lowing witnesses:

620Marvin Beasley (accepted as an expert in accounting and

629auditing), Brad Mostert, Terry St. Cyr, John Dombroskie, and

638Chance Enmon. The partiesÓ Joint Exhibits 1 through 29 were

648received in evidence without objection. PetitionerÓs Exhib its

65630 through 32 were received in evidence over RespondentÓs

665objections.

666The one - volume hearing T ranscript was filed with DOAH on

678July 5, 2016. The parties requested an extension of time to

689submit proposed orders and were granted 10 additional days,

698maki ng their proposed orders due on July 25, 2016. The evidence

710presented at the hearing and the submissions from the parties

720have been carefully considered in the preparation of this

729Recommended Order.

731Unless otherwise noted, all statutory references are to the

7402015 version of the Florida Statutes.

746FINDING S OF FACT

7501 . The Escambia County School District is an independent

760taxing and reporting public entity managed, controlled,

767operated, administered, and supervised by the DistrictÓs school

775officials.

7762 . Ja ni - King of Pensacola is a master franchise territory

789of Jani - King International. Enmon Enterprises , LLC , has bought

799the rights to sell franchises in a geographic territory referred

809to as ÐJani - King of Pensacola . Ñ Jani - King of Pensacola is one

825of 13 terri tories that Enmon Enterprises , LLC , has bought from

836Jani - King International.

8403 . On January 6, 2016, the District issued the RFP for

852custodial services. When the RFP was issued, the District still

862had approximately five years left on its contract with th e

873incumbent provider of cleaning services.

8784 . Once a n R F P is posted, the District gives those

892interested in responding an opportunity to ask questions. Those

901questions, along with the District Ó s answers, are compiled and

912posted on the DistrictÓs website for all to see, creating an

923equal playing field. No inquiry was submitted regarding the

932requirement that ÐResponder must provide the last two (2) yearsÓ

942audited financial statements for the Responder.Ñ

9485 . The RFP was created by John Dombroskie, Escambia County

959School DistrictÓs d irector of p urchasing, and Jim Beagle, a

970custodial manager.

9726 . The RFP required vendors to show Ðfinancial ability,Ñ

983by demonstrating the wherewithal and knowledge to cover the

992expenses associated with fulfilling the terms of the contract.

1001As noted, part of this requirement included the submission of

1011two years of audited financial statements. The entire

1019Ðfinancial abilityÑ section of the RFP was worth ten total

1029points in the overall evaluation of the bidding companies.

10387 . A ccording to Brad Mostert, senior auditor with the

1049District, the District requested audited financial statements

1056primarily in order to assess whether a bidding company could

1066handle the start - up cost of the job, since it would be 45 to 60

1082days before the win ning company would be paid. Mr. Mostert

1093testified that the District wanted to ensure that Ðfor the

1103initial period of their services, 45 to 60 days, that they would

1115be able to maintain their operations, i.e., pay their payroll

1125for the folks they would have to hire and invest in the

1137equipment that they would have to invest in to perform the

1148duties under the bid.Ñ

11528 . The RFP stated that any proposal which did not provide

1164all of the requested items would be deemed non - responsive.

1175However, the District expres sly reserved the right to waive any

1186conditions or criteria set forth in the RFP. The District also

1197reserved the right to waive any irregularities and

1205technicalities.

12069 . The Evaluation Committee Instructions, which were

1214provided to each committee member, stated, Ð[e]ach committee

1222member will review and assign points to the areas giving the

1233best proposal the highest assigned points for each area

1242evaluated. Points will be awarded based on the responses that

1252each proposal received. Lack of a response for a ny item will

1264receive zero points in that item.Ñ

127010 . Within the Financial Ability section of the Evaluation

1280Committee Instructions it was stated that ÐResponder must

1288provide the last two (2) yearsÓ audited financial statements for

1298the Responder . Ñ

130211 . The proposals were opened on March 1, 2016. At the

1314time bids were opened, John Dombroskie , with purchasing , was

1323present, along with Jim Beagle, with custodial services, and

1332Michelle Kiker, a senior auditor from internal auditing. These

1341three individuals ser ved as witnesses to which bids were timely

1352received by the District, and they also made the initial

1362determination as to which bids should be rejected as non -

1373responsive.

137412 . Three submitted proposals were immediately rejected

1382and were not considered as the y were deemed non - responsive. One

1395proposal submitted by Owens Realty Services was dismissed

1403because it was not signed, and two other proposals submitted by

1414ABM Janitorial Services and GCA Services Group were dismissed

1423for failure to submit a bid bond.

143013 . Mr. Dombroskie put together a diverse committee to

1440evaluate the remaining submitted proposals. The committee

1447members were: Terry St. Cyr, a ssistant s uperintendent, Finance

1457and Business, Escambia County School Board; Brad Mostert,

1465i nternal a uditor for Escambia School Board; Jim Beagle,

1475m anager III , c ustodial s ervices; Keith Rich, custodial employee;

1486Chuc k Peterson, m aintenance d irector; Shawn Dennis, a ssistant

1497s uperintendent; and Margret Warr, a ssistant p rincipal.

1506John Dombroskie acted as a non - voting supervisor of the

1517committee. The committee met on March 14, 2016.

152514 . Mr. Dombroskie gave the proposals to the committee

1535members about a week prior to their meeting, along with the

1546Evaluation Committee Instructions, in the hopes that they would

1555read and evaluate the proposals on their own. Each committee

1565member was given evaluation sheets, which contain the criteria

1574area , plus the points that could be earned by a perfect score in

1587that area.

158915 . Jani - King and AFS both submitted proposals in response

1601to the RFP. AFS submitted reviewed, rather than audited,

1610financial statements. Jani - King submitted audited financial

1618statements. AFSÓs proposal was the lowest in proposed cost and

1628received the highest total score from the evaluation committee.

1637Jani - KingÓs proposal was the second highest scored proposal and

1648it had the second highest proposed cost. The Jani - King proposal

1660also included 30 percent more staffing than the AFS proposal.

167016 . In its proposal, Jani - King submitted three or four

1682franchise ownersÓ re sumes who could potentially do the work if

1693Jani - King was the winning bidder. At the time it submitted its

1706proposal , Jani - King had not yet selected the franchise owner who

1718would actually service the account.

172317 . Jani - King did not supply audited financial statements

1734or any other financial information for any of the franchise

1744owners to the District. Jani - King instead submitted audited

1754financial statements only for Enmon Enterprises, LLC.

176118 . AFSÓ proposal deviated from the RFP requirements

1770because AFS su bmitted reviewed financial statements, rather than

1779audited financial statements. At least two other bidders also

1788submitted reviewed financial statements , rather than audited

1795financial statements.

179719 . It is unknown how many prospective bidders did not

1808sub mit bids because of the requirement that proposals include

1818(the more costly) audited financial statements. Also unknown is

1827how many additional bids would have been submitted had the

1837requirement been for reviewed, rather than audited, financial

1845statements.

184620 . The fact that some companies had submitted reviewed ,

1856rather than audited , statements arose at the beginning of the

1866evaluation committee meeting. The issue was raised by committee

1875member, Bradley Mostert, an auditor for the District , who

1884understands the difference between an audited and a reviewed

1893statement. Mr. Mostert explained these differences to the

1901evaluation committee in relation to the bidder, American

1909Maintenance Services, who also submitted reviewed, rather than

1917audited, financial statement s. As the recording of the meeting

1927reveals, Mr. Mostert explained the differences between reviewed

1935and audited financial statements, but there was no substantive

1944discussion among the committee members as to whether non - audited

1955financial statements would p rovide the necessary assurance that

1964the winning bidder would have the financial wherewithal to

1973perform under the terms of the contract. In addressing the

1983committee members about the issue, Mr. Mostert stated:

1991[F] or an audit, IÓm testing the material

1999porti on of all of those transactions that

2007are relevant to those financial statements .

2014For a review, IÓm compiling the numbers .

2022IÓm getting them together . IÓm doing some

2030analysis, maybe ratios, maybe stuff like

2036that , but in an audit, IÓm in the nitty

2045gritty. IÓm looking at documents that

2051support those numbers in the material

2057portion. (Oh) present fairly, (um) that

2063means thereÓs nothing materially out of

2069compliance with the appropriate rules that

2075they need. But what IÓm saying is, the

2083weight behind that opin ion is different than

2091an audit , and it may not matter , but it is

2101different. There was less work performed on

2108those financials.

2110(Audio recording of March 14, 2016 , meeting at 12:05 - 12:56) .

212221 . Mr. Mostert did not explain to the committee members

2133the dif ference in the opportunity for fraud or material

2143misstatement with reviewed financial statements as compared to

2151audited financial statements. According to Mr. Mostert, he

2159simply wanted to point out to the committee members that there

2170Ðis a little bit of a differenceÑ between reviewed and audited

2181financial statements.

218322 . At hearing, Jani - King introduced in evidence the

2194ÐGuide to Financial Statement Services: Compilation, Review and

2202AuditÑ published by the American Institute of Certified Public

2211Accountant s. The publication highlights the significant

2218differences between reviewed and audited financial statements.

2225The review is the base level of CPA

2233assurance services.

2235* * *

2238A review is substantially narrower in scope

2245than an audit. A review does not

2252co ntemplate obtaining an understanding of

2258your businessÓs internal control; assessing

2263fraud risk; testing accounting records

2268through inspection, observation, outside

2272confirmation or the examination of source

2278documents or other procedures ordinarily

2283performed in an audit.

2287In a review engagement, the CPA will issue a

2296formal report that includes a conclusion as

2303to whether, based on the review, he is aware

2312of any material modifications that should be

2319made to the financial statements in order

2326for them to be in ac cordance with the

2335applicable financial reporting framework.

233923 . In contrast to reviewed financial statements, audited

2348financial statements provide a much higher level of assurance as

2358to the validity of the financial information presented:

2366CPA issues a fo rmal report that expresses an

2375opinion on whether the financial statements

2381are presented fairly, in all material

2387aspects, in accordance with the applicable

2393financial reporting framework.

2396* * *

2399The CPA performs procedures in order to

2406obtain Ðreasonable ass uranceÑ (defined as a

2413high but no t absolute level of assurance)

2421about whether the financial statements are

2427free from material misstatement.

2431In an audit, your CPA is required to obtain

2440an understanding of your businessÓs internal

2446control and assess fraud r isk. Your CPA is

2455also required to corroborate the amounts and

2462disclosures included in your financial

2467statements by obtaining audit evidence

2472through inquir y , physical inspection,

2477observation, third - party confirmations,

2482examination, analytical procedures an d other

2488procedures.

248924 . As between financial statement review and audit, only

2499audited statements include a licensed professionalÓs assessment

2506of fraud risk, and a reasonable assurance that the financial

2516statements are free from material misstatement.

252225 . As noted by Jani - KingÓs expert in accounting and

2534auditing, Marvin Beasley, only an audited report confirms that

2543Ðthe financial statements present fairly in all respects the

2552financial condition of the company.Ñ This is because the

2561financial data present ed in reviewed statements is simply

2570provided by the client, rather than being independently verified

2579as required in an audited statement.

258526 . Mr. Beasley further noted that the difference in a

2596review versus an audit is the level of assurance one should

2607as sociate with those two types of reports because of the amount

2619of work done by the audit or accounting firm. The work it takes

2632to issue a reviewed report is substantially less in volume and

2643scope than the work an auditor or certified public accountant

2653(CPA ) would be required to do to issue an audited report.

2665Consequently, the cost of obtaining audited financial statements

2673is considerably higher than the cost of obtaining reviewed

2682financial statements.

268427 . The CPA on the committee, and the DistrictÓs c hief

2696f inancial o fficer, Terry St. Cyr, did not consider the

2707submission of reviewed versus audited statements to be a

2716material deviation from the RFP. Brad Mostert also did not

2726think the submission of reviewed , instead of audited , financial

2735statements should d isqualify the bidders Ðbecause of the nature

2745of the bid.Ñ The evaluation committee deemed the submission of

2755reviewed , rather than audited , statements as Ðacceptable for

2763[their] purposes.Ñ

276528 . At hearing, Mr. St. Cyr explained the DistrictÓs

2775rationale in deciding not to reject proposals that included

2784reviewed, but not audited financial statements:

2790Q Did the submission of those reviewed

2797financial statements instead of audited

2802financial statements send up any red flags

2809or give you cause for concern about th ose

2818bids or proposals?

2821A It did not concern the District. Even

2829though it stated audited financials, we were

2836satisfied, based on the level of testing or

2844evaluation that we were doing, and the

2851services to be performed, that we were not

2859worried about wheth er or not they were

2867audited, as long as they were reviewed with

2875the reviewed statement by the auditor that

2882the financial statements do not have a

2889material misstatement, we were good with

2895relying on them.

289829 . The reviewed financial statements contained in the AFS

2908proposal do not include an auditorÓs or CPAÓs statement that the

2919financial statements do not contain a material misstatement. To

2928the contrary, on the cover page of the reviewed financial

2938statements, the accounting firm noted that:

2944A review is sub stantially less in scope than

2953an audit, the objective of which is the

2961expression of an opinion regarding the

2967financial statements as a whole.

2972Accordingly, we do not express such an

2979opinion.

2980* * *

2983Based upon our reviews, we are not aware of

2992any material modifications that should be

2998made to the accompanying financial

3003statements in order for them to be in

3011conformity with accounting principles

3015generally accepted in the United States of

3022America.

302330 . Committee members were told not to consider price as

3034part of their scoring, and there was no discussion about pricing

3045during the committee meeting. At the end of the meeting,

3055John Dombroskie gave the committee a sheet with the number of

3066points that was to be given each bidder based on their pricing.

3078This numbe r was reached by calculating total value based on

3089total cost and then price per square footage. To calculate the

3100points that should be assessed to each bidder based on cost,

3111Mr. Dombroskie took the lowest proposed cost, assigned the

3120maximum points (in thi s case 30), and then divided the other

3132costs into that lowest cost. He then multiplied that factor by

3143the 30 allotted points to reach a scoring amount based on cost.

315531 . The recommended supplier, pursuant to the tabulation

3164results, was AFS with a score of 94 points. Jani - King was the

3178second highest scored supplier with a score of 83.65 points. No

3189one on the Evaluation Committee scored AFS a zero in financial

3200ability for failure to submit audited financial statements.

320832 . The Bid Award Notice, provided prior to Jani - KingÓs

3220protest being filed, stated that if an agreement was not reached

3231with AFS, the District would negotiate with the second highest

3241scored bidder.

324333 . The District does not have blanket discretion to

3253decide what requirements of the RFP i t may waive; and

3264accordingly, the District must adhere to the material

3272requirements of its RFP.

327634 . AFSÓs submission of reviewed, rather than audited

3285financial statements, was a material deviation from the

3293requirements of the RFP, and was not a minor irre gularity.

330435 . The RFP provided that non - responsive proposals would

3315be discarded. Nonetheless, the AFS proposal was improperly

3323reviewed and scored.

332636 . The District never informed Jani - King or any other

3338potential bidders that the requirement for each b idder to

3348provide audited financial statements would be waived.

335537 . The DistrictÓs decision to allow bids with reviewed

3365financial statements, but without audited financial statements,

3372was contrary to the requirements of the RFP.

338038 . The DistrictÓs decis ion to allow bids with reviewed

3391financial statements, but without audited financial statements,

3398was clearly erroneous based upon the requirements of the RFP.

340839 . The DistrictÓs decision to allow bids with reviewed

3418financial statements, but without audited financial statements,

3425provided a competitive advantage to AFS over other responders

3434who complied with the requirements of the RFP; and thus, the

3445DistrictÓs decision was contrary to competition.

345140 . The DistrictÓs decision to allow bids with reviewed

3461fin ancial statements, but without audited financial statements,

3469is unsupported by facts or logic when the RFP and E valuation

3481C ommittee I nstructions expressly mandate that each responder

3490must provide audited financial statements.

349541 . If the AFS bid was proper ly deemed to be non -

3509responsive, then Jani - King would have been the highest scored

3520responsive bidder.

3522CONCLUSIONS OF LAW

352542 . The Division of Administrative Hearings has

3533jurisdiction over the parties to and the subject matter of this

3544proceeding. See §§ 120 .569 and 120.57, Fla. Stat. (2015); DepÓt

3555of Lottery v. Gtech Corp. , 816 So. 2d 648, 651 (Fla. 1st DCA

35682001) .

357043 . As the second highest bidder, Jani - King has standing to

3583file this bid protest. Section 120.57(3) provides that any

3592person who is Ðadversely affectedÑ by the agency action may file

3603a protest. A second ranked low bidder has standing to challenge

3614an award to the low bidder based on non - responsiveness and other

3627factors, but a third or lower ranked bidder generally does not

3638have standing since , ev en if successful in the protest of the

3650award to the low bidder, the award would then go to the second

3663ranked low bidder. Preston Carroll Co. v. Fla . Keys Aqueduct

3674Auth. , 400 So. 2d 524 (Fla. 3d DCA 1981).

368344 . Chapter 287, Florida Statutes, establishes th e various

3693methods for the procurement of commodities and services by

3702governmental entities. The District utilized a request for

3710proposals as the method for procurement of the contract at issue.

3721Section 287.057(1)(b) , Florida Statute, describes that metho d of

3730procurement as follows:

3733(b) Request for proposals. An agency shall

3740use a request for proposals when the

3747purposes and uses for which the commodity,

3754group of commodities, or contractual service

3760being sought can be specifically defined and

3767the agency is capable of identifying

3773necessa ry deliverables. Various

3777combinations or versions of commodities or

3783contractual services may be proposed by a

3790responsive vendor to meet the specifications

3796of the solicitation document.

3800* * *

38034. The contract shall be awarded by written

3811notice to the res ponsible and responsive

3818vendor whose proposal is determined in

3824writing to be the most advantageous to the

3832state, taking into consideration the price

3838and other criteria set forth in the request

3846for proposals. The contract file shall

3852contain documentation s upporting the basis

3858on which the award is made.

386445 . Section 287.012(26) defines a ÐresponsiveÑ submission

3872to a solicitation as Ða bid, or proposal, or reply submitted by a

3885responsive and responsible vendor that conforms in all material

3894respects to the s olicitation.Ñ A Ðresponsive vendorÑ is defined

3904by section 287.012(27) as Ða vendor that has submitted a bid,

3915proposal, or reply that conforms in all material respects to the

3926solicitation.Ñ

392746 . Section 120.57(3)(f) provides that:

3933[T] he burden of proof s hall rest with the

3943party protesting the proposed agency action.

3949In a competitive - procurement protest, other

3956than a rejection of all bids, proposals, or

3964replies, the administrative law judge shall

3970conduct a de novo proceeding to determine

3977whether the agenc yÓs proposed action is

3984contrary to the agencyÓs governing statutes,

3990the agencyÓs rules or policies, or the

3997solicitation specifications. The standard of

4002proof for such proceedings shall be whether

4009the proposed agency action was clearly

4015erroneous, contrary to competition,

4019arbitrary, or capricious.

402247 . The nature of the de novo review in a bid protest

4035proceeding has been established as follows:

4041[T]he phrase Ð de novo hearing Ñ is used to

4051describe a form of intra - agency review. The

4060judge may receive evidence, as with any

4067formal hearing under section 120.57(1), but

4073the object of the proceeding is to evaluate

4081the action taken by the agency. See

4088Intercontinental Properties, Inc. v. State

4093Department of Health and Rehabilitative

4098Services , 606 So. 2d 380 (Fla. 3d D CA 1992).

4108State Contracting and EngÓg Corp. v. DepÓt of Transp. , 709 So.

41192d, 607, 609 (Fla. 1st DCA 1998).

412648 . The standard of review of the agencyÓs proposed action

4137in a bid protest proceeding has been generally described as

4147follows:

4148[A] "public body h as wide discretion " in the

4157bidding process and "its decision, when based

4164on an honest exercise" of the discretion,

4171should not be overturned "even if it may

4179appear erroneous and even if reasonable

4185persons may disagree." Dep Ó t of Transp . v.

4195Groves - Watkins C onstructors , 530 So.2d 912,

4203913 (Fla. 1988) (quoting Liberty County v.

4210Baxter's Asphalt & Concrete, Inc. , 421 So.2d

4217505 (Fla. 1982)) . "The hearing officer's

4224sole responsibility is to ascertain whether

4230the agency acted fraudulently, arbitrarily,

4235illegally, or dishonestly." Groves - Watkins ,

4241530 So.2d at 914.

4245Scientific Games, Inc. v. Dittler Brothers, Inc. , 586 So. 2d

42551128, 1131 (Fla. 1st DCA 1991).

426149 . Section 120.57(3)(b) provides in pertinent part that

4270Ð[t] he formal written protest shall state with part icularity the

4281facts and law upon which the protest is based.Ñ In order to

4293place the parties on notice of the issues for disposition in a

4305bid protest proceeding, a petitioner must allege specific facts

4314and how the agencyÓs proposed action is contrary to th e agencyÓs

4326governing statutes, the agencyÓs rules or policies, or the

4335solicitation specifications. See Hamilton v. DepÓt of Bus. &

4344ProfÓl Reg. , 764 So. 2d 778 (Fla. 1st DCA 2000), (citing Cottrill

4356v. DepÓt of Ins. , 685 So. 2d 1371, 1372 (Fla. 1st DCA 1996 ));

4370Anchor Towing, Inc. v. DepÓt. of Transp. & Sunshine Towing, Inc. ,

4381Case No. 04 - 1447BID (Fla. DOAH Sept. 23, 2004; Fla. DOT Dec. 1,

43952004, remanded on other grounds Apr. 18, 2005 ). Based upon the

4407partiesÓ Preh earing Stipulation, the issues for considerat ion in

4417this proceeding are limited to the two remaining issues alleged

4427by Jani - King in its Formal Bid Protest Petition:

4437• AFSÓs submission of reviewed rather than

4444audited financial statement should have

4449resulted in AFS being deemed non -

4456responsive. Furthermo re considering and

4461accepting the AFS bid without audited

4467financial statements is contrary to

4472competition and an abuse of discretion;

4478and

4479• The scoring methodology of the financial

4486statements was arbitrary, as evidenced by

4492AFSÓ receiving superior scores in

4497financial ability, where Jani - King

4503produced the requested documentation and

4508was objectively the better candidate.

451350 . Since the undersigned has determined that the AFS

4523submittal was non - responsive to the RFP, and that determination

4534is dispositive to t he outcome of this proceeding, it is

4545unnecessary to address the second issue.

455151 . Jani - King, as P etitioner, has the burden to establish

4564that AFSÓs proposal materially deviated from the terms,

4572conditions, and specifications of the RFP such that the

4581Distric tÓs decision to award the contract to AFS was clearly

4592erroneous, contrary to competition, arbitrary, or capricious.

4599§ 120.57(3)(f) , Fla. Stat. ; DepÓt of Transp. v. J.W.C. Co., 396

4610So. 2d 778, 787 (Fla. 1st DCA 1981).

461852 . Agency action will be found to b e " clearly erroneous , "

4630if it is without rational support and, consequently, the

4639Administrative Law Judge has a "definite and firm conviction that

4649a mistake has been committed." U.S. v. U.S. Gypsum Co. , 333 U.S.

4661364, 395 (1948); see also Pershing Indus . , I nc. v. DepÓt of

4674Bank ing & Fin. , 591 So. 2d 991, 993 (Fla. 1st DCA 1991). Agency

4688action may also be found to be "clearly erroneous" if the

4699agency's interpretation of the applicable law conflicts with its

4708plain meaning and intent. Colbert v. Dep't of Healt h , 890 So. 2d

47211165, 1166 (Fla. 1st DCA 2004). In such a case, "judicial

4732deference need not be given" to the agency's interpretation. Id.

474253 . An act is "contrary to competition" if it runs

4753contrary to the objectives of competitive bidding, which have

4762bee n long held:

4766to protect the public against collusive

4772contracts; to secure fair competition upon

4778equal terms to all bidders; to remove not

4786only collusion but temptation for collusion

4792and opportunity for gain at public expense;

4799to close all avenues to favor itism and fraud

4808in various forms; to secure the best values

4816for the [public] at the lowest possible

4823expense . . . .

4828Wester v. Belote , 138 So. 2d 721, 723 - 24 (Fla. 1931); see also

4842Harry Pepper & Assoc., Inc. v. City of Cape Coral , 352 So. 2d

48551190, 1192 (F la. 2d DCA 1977). In that regard, public officials

4867do not have the power Ðto make exceptions, releases and

4877modifications in the contract after it is let, which will afford

4888opportunities for favoritism, whether any such favoritism is

4896practiced or not.Ñ We ster v. Belote , 138 So. 2d at 724. The

4909public policy regarding exceptions and releases in contracts

4917applies with equal force to the contract procurement.

492554 . An "arbitrary" action is "one not supported by facts or

4937logic, or despotic." A "capricious" act ion is "one which is

4948taken without thought or reason or irrationally." Agrico Chem .

4958Co. v. DepÓt of Envtl. Reg. , 365 So. 2d 759, 763 (Fla. 1st DCA

49721978); see also Hadi v. Lib erty Behavioral Health Corp. , 927 So.

49842d 34, 38 - 39 (Fla. 1st DCA 2006). If agenc y action is

4998justifiable under any analysis that a reasonable person would use

5008to reach a decision of similar importance, the decision is

5018neither arbitrary nor capricious. Dravo Basic Materials Co.,

5026Inc. v. DepÓt of Transp. , 602 So. 2d 632, 634 n.3 (Fla. 2 d DCA

50411992).

504255 . Section 287.001 establishes the legislative intent that

5051public procurement be intrinsically fair and open, and that it

5061also eliminate the appearance and opportunity for favoritism so

5070as to preserve public confidence in the process, and pr ovides

5081that:

5082The Legislature recognizes that fair and

5088open competition is a basic tenet of public

5096procurement; that such competition reduces

5101the appearance and opportunity for

5106favoritism and inspires public confidence

5111that contracts are awarded equitably a nd

5118economically; and that documentation of the

5124acts taken and effective monitoring

5129mechanisms are important means of curbing

5135any improprieties and establishing public

5140confidence in the process by which

5146commodities and contractual services are

5151procured.

515256 . That legislative intent has been applied to determine

5162whether an action is contrary to competition as follows:

5171Thus, from Section 287.001 can be derived an

5179articulable standard of review. Actions that

5185are contrary to competition include those

5191which:

5192(a) create the appearance of and opportunity

5199for favoritism;

5201(b) erode public confidence that contracts

5207are awarded equitably and economically;

5212(c) cause the procurement process to be

5219genuinely unfair or unreasonably exclusive;

5224or

5225(d) are unethi cal, dishonest, illegal, or

5232fraudulent.

5233Syslogic Tech. Servs., Inc. v. So. Fla. Water Mgmt. Dist. ,

5243Case No. 01 - 4385BID (Fla. DOAH Jan. 18, 2002; SFWMD Mar. 6,

52562002).

525757 . As to the ability of an agency to overlook items in a

5271proposal that clearly meet t he definition of a Ðmaterial

5281deviationÑ from its written specifications, it is clear that Ða

5291public body is not entitled to omit or alter material provisions

5302required by the RFP because in doing so the public body fails to

5315Òinspire public confidence in the fairness of the [RFP]

5324process.ÓÑ Emerald Corr. Mgmt. v. Bay C n ty. Bd. of C n ty.

5338Comm'rs , 955 So. 2d 647, 652 (Fla. 1st DCA 2007) (c iting DepÓt

5351of Lottery v. Gtech Corp. , 816 So. 2d 648, 651 (Fla. 1st DCA

53642001)) .

536658 . Every deviation from the RFP is not m aterial and does

5379not mandate rejection of the proposal. The District reserved the

5389right to waive minor irregularities. The standard for

5397determining whether a variance is a material deviation or a minor

5408irregularity is as follows:

5412ÐAlthough a bid contain ing a material

5419variance is unacceptable, not every deviation

5425from the invitation is material." Robinson

5431Elec. Co. v. Dade County , 417 So. 2d 1032,

54401034 (Fla. 3d DCA 1982); Tropabest Foods,

5447Inc. v. State, Dep't of Gen. Servs. , 493 So.

54562d 50, 52 (Fla. 1st D CA 1986)(citation

5464omitted); Glatstein v. Miami , 399 So. 2d 1005

5472(Fla. 3d DCA) review denied, 407 So. 2d 1102

5481(Fla. 1981). "It is only material if it

5489gives the bidder a substantial advantage over

5496the other bidders and thereby restricts or

5503stifles competiti on." Tropabest , 493 So. 2d

5510at 52; Harry Pepper & Assocs., Inc. v. City

5519of Cape Coral , 352 So. 2d 1190, 1193 (Fla. 2d

5529DCA 1977).

5531Procacci Commer. Realty v. DepÓt of HRS , 690 So. 2d 603, 606

5543(Fla. 1st DCA 1997).

554759 . The competitive advantage that is confe rred on a

5558proposer when an agency chooses to ignore a clear and

5568unambiguous requirement that is applicable to all other

5576potential vendors has been described as follows:

558359. The touchstone of these tests for

5590materiality -- substantial advantage -- is an

5597elusi ve concept, to say the least, easier to

5606state than to apply. Obviously, waiving any

5613defect that might disqualify an otherwise

5619winning bid gives the beneficiary of the

5626waiver an advantage or benefit over the

5633other bidders. In practice, differentiating

5638bet ween, on t he one hand, "fair"

5646advantages -- i.e. those that are tolerable

5653because they do not defeat the object and

5661integrity of the competitive procurement

5666process -- and "unfair" (or intolerable)

5672advantages, on the other, is exceptionally

5678difficult; and, ma king matters worse, there

5685are not (as far as the undersigned is aware)

5694many generally recognized, consistently

5698applied, neutral principles available for

5703the decision - maker's use in drawing the

5711distinction between a "substantial"

5715advantage and a "mere" adva ntage.

572160. That said, the undersigned believes

5727that a bidder's noncompliance with a

5733specification which was designed to winnow

5739the field -- especially one which prescribes

5746particular characteristics that the

5750successful bidder must possess -- should

5756rarely, i f ever, be waived as immaterial.

5764This is because such a provision acts as a

5773barrier to access into the competition,

5779potentially discouraging some would - be

5785participants, namely those who lack a

5791required characteristic, from submitting a

5796bid.

5797PhilÓs Expert Tree Serv . v. Broward C nty . Sch. Bd. , Case No. 06 -

58134499BID , RO at 29 - 30 (Fla. DOAH Mar. 19, 2007; BCSB June 11,

58272007); see also Syslogic Tech . Servs., Inc. v. So. Fla. Water

5839Mgmt. Dist. , Case No. 01 - 4385BID , RO at 63 n.23 (Fla. DOAH

5852Jan. 18, 2002; SFWMD Ma r. 6, 2002)("Of course, it will usually

5865not be known how many, if any, potential proposers were

5875dissuaded from submitting a proposal because of one project

5884specification or another. That is why specifications that have

5893the capacity to act as a barrier to access into the

5904competition . . . should generally be considered material and

5914non - waivable for that reason.").

592160 . The audited financial statements specification was

5929designed to provide credible and independent assurance that the

5938successful proposer had adequate financial resources to purchase

5946the necessary equipment and supplies, hire and pay personnel,

5955and otherwise successfully provide janitorial services to the

5963District for the initial 45 to 60 days of the contract period.

5975Those whose financial where withal was not adequate to start up

5986and sustain operations during this period, a fact which would be

5997disclosed on audited financial statements, would be discouraged

6005from expending the substantial effort necessary to develop and

6014submit a proposal given the likelihood of an adverse

6023responsiveness determination. Thus, the requirement to submit

6030audited financial statements could have prevented some

6037interested vendors from submitting proposals.

604261 . A bidder preparing a proposal in response to the RFP

6054would no t reasonably have expected the requirement for audited

6064financial statements to be waived by the District. Furthermore,

6073waiving the requirement of audited financial statements creates

6081the appearance and opportunity for favoritism, erodes public

6089confidence that contracts are awarded equitably and

6096economically, and causes the procurement process to be genuinely

6105unfair or unreasonably exclusive.

610962 . The requirement that all responders provide a copy of

6120the last two yearsÓ audited financial statements with the ir

6130proposals was a clear, direct, and mandatory requirement of

6139section VI.C. of the RFP, and the failure to do so was a

6152substantial and material deviation from the terms, conditions,

6160and specifications of the RFP. It was not a minor irregularity.

6171Such fa ilure requires the rejection of AFSÓs proposal under the

6182express terms of the RFP, to wit ÐProposals received which do

6193not contain ALL items listed in this section will be considered

6204non - responsive.Ñ The DistrictÓs effort to excuse AFSÓs

6213intentional failu re to meet the reasonable terms of section

6223VI.C. of the RFP was clearly erroneous, arbitrary and

6232capricious, and contrary to competition.

623763 . Deeming a bid non - responsive for failure to provide

6249audited financial statements as required by an RFP is support ed

6260by the findings in other administrative cases. In Syslogic

6269Tech nology Ser vices , Inc. v. South Fl orida Water M anagement

6281Dist rict , supra , the ALJ found a bid non - responsive where the

6294proposal did not include audited financial statements as

6302required by th e RFP. This was despite arguments from the

6313District that other portions of the RFP could mean compiled,

6323reviewed or audited. The ALJ concluded that the DistrictÓs

6332acceptance of a proposal that was non - responsive due to

6343non - waivable material irregulariti es was contrary to law and

6354contrary to competition. As ALJ Van Laningham concluded in

6363Syslogic:

6364Second, applying the ejusdem generis

6369principle, it is evident that unaudited

6375financial statements (besides being

6379logically excluded by the requirement that

6385suc h be independently audited), are simply

6392not of the same general kind or class as

6401independently audited financial statements

6405and annual reports. The items specifically

6411mentioned carry an indicium of reliability ÏÏ

6418outside scrutiny or comment ÏÏ that self -

6426prepa red financial papers lack. (footnote

6432omitted) . For that additional and

6438independent reason, it is impermissible to

6444interpret Subsection 2.5.E.2 in the manner

6450that the District suggests.

6454Syslogic Tech nology Services, Inc. , supra ., RO at ¶ 80.

646564 . The AFS proposal contained a material deviation from

6475the RFP. That deviation, involving the failure to provide

6484relevant, material, and required information in response to

6492unambiguous instructions to do so, gave AFS a competitive

6501advantage over the other vendors. The deviation from the terms,

6511conditions, and specifications was not a minor irregularity.

6519Thus, the AFS proposal should be rejected.

652665 . Finally, at the final hearing the District raised , for

6537the first time , the issue of whether Jani - KingÓs submittal was

6549responsive to the RFP, since it did not include audited financial

6560statements for the Jani - King franchisee that would actually be

6571performing the contracted labor. The DistrictÓs eleventh hour

6579attack on the Jani - King submittal is rejected, not only beca use

6592the issue was not raised in the partiesÓ Pre h earing Stipulation

6604( see Palm Beach Polo Holdings, Inc. v. Broward Marine, Inc. ,

6615174 So. 3d 1037 (Fla. 4th DCA 2015)) , but because the Jani - King

6629submittal has not been timely challenged (by AFS or any other c o -

6643bidder) and thereby placed at issue in this proceeding.

6652Moreover, the District itself concluded that Jani - KingÓs

6661submittal was responsive, and scored it accordingly.

6668RECOMMENDATION

6669Based on the foregoing Findings of Fact and Conclusions of

6679Law, it is RE COMMENDED that Respondent, Escambia County School

6689Board, enter a final order that adopts the Findings of Fact and

6701Conclusions of Law set forth herein. It is further RECOMMENDED

6711that the contract issued in response to Request for Proposal,

6721Solicitation Num ber 161301, entitled "Custodial Services" be

6729awarded to Enmon Enterprises, LLC , d/b/a Jani - King of Pensacola ,

6740as the highest scoring responsive vendor.

6746DONE AND ENTERED this 26th day of August , 2016 , in

6756Tallahassee, Leon County, Florida.

6760S

6761W. DAVID WATKINS

6764Administrative Law Judge

6767Division of Administrative Hearings

6771The DeSoto Building

67741230 Apalachee Parkway

6777Tallahassee, Florida 32399 - 3060

6782(850) 488 - 9675

6786Fax Filing (850) 921 - 6847

6792www.doah.state.fl.us

6793Filed with the Cle rk of the

6800Division of Administrative Hearings

6804this 26th day of August , 2016 .

6811COPIES FURNISHED:

6813David C. Willis, Esquire

6817Rumberger, Kirk & Caldwell, P.A.

6822Suite 1400

6824300 South Orange Avenue

6828Orlando, Florida 32801

6831(eServed)

6832Brian W. Hoffman, Esquire

6836Carv er Darden Koretzky Tessier Finn

6842Blossman & Areaux , LLC

6846Suite A

6848801 West Romana Street

6852Pensacola, Florida 32502

6855(eServed)

6856Sandra Destin Sims, Esquire

6860Jani - King Gulf Coast Region

6866122 West Pine Street

6870Ponchatoula, Louisiana 70454

6873Malcolm Thomas, Superintendent

6876Escambia County School District

688075 North Pace Boulevard

6884Pensacola, Florida 32505

6887Matthew Mears, General Counsel

6891Department of Education

6894Turlington Building, Suite 1244

6898325 West Gaines Street

6902Tallahassee, Florida 32399 - 0400

6907(eServed)

6908NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

6914All parties have the right to submit written exceptions within

69241 0 days from the date of this Recommended Order. Any exceptions

6936to this Recommended Order should be filed with the agency that

6947will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 10/20/2016
Proceedings: Letter to Clerk With Notice of Appeal of Final Order filed.
PDF:
Date: 10/05/2016
Proceedings: Agency Final Order filed.
PDF:
Date: 09/30/2016
Proceedings: Agency Final Order
PDF:
Date: 09/14/2016
Proceedings: Respondent, Escambia County School Board's Reply to Petitioner, Jani-King Gulf Coast Region's Response to Respondent, Escambia County School Board's Exceptions to Recommended Order filed.
PDF:
Date: 09/12/2016
Proceedings: Petitioner, Jani-King Gulf Coast Region's Response to Respondent, Escambia County School Board's Exceptions to Recommended Order filed.
PDF:
Date: 09/02/2016
Proceedings: Respondent, Escambia County School Board's Exceptions to Recommended Order with Incorporated Memorandum of Law filed.
PDF:
Date: 08/30/2016
Proceedings: Transmittal letter from Claudia Llado forwarding a USB Drive, containing the audio hearing to the agency.
PDF:
Date: 08/26/2016
Proceedings: Recommended Order
PDF:
Date: 08/26/2016
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 08/26/2016
Proceedings: Recommended Order (hearing held June 21, 2016). CASE CLOSED.
PDF:
Date: 07/26/2016
Proceedings: (Petitioner's Proposed) Recommended Order filed.
PDF:
Date: 07/26/2016
Proceedings: Closing Arguments of Petitioner, Jani-King Gulf Coast Region filed.
PDF:
Date: 07/25/2016
Proceedings: Escambia County School District's Closing Argument and Proposed Recommended Order filed.
Date: 07/11/2016
Proceedings: Transcript of Proceedings (not available for viewing) filed.
PDF:
Date: 07/06/2016
Proceedings: Order Granting Extension of Time.
PDF:
Date: 07/06/2016
Proceedings: Joint Motion for Extension of Time filed.
Date: 06/21/2016
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 06/21/2016
Proceedings: Notice of Filing Returns of Service filed.
PDF:
Date: 06/21/2016
Proceedings: Disputed Exhibit List filed.
PDF:
Date: 06/21/2016
Proceedings: Joint Pre-hearing Stipulation filed.
PDF:
Date: 06/21/2016
Proceedings: Notice of Filing Returns of Service filed.
PDF:
Date: 06/20/2016
Proceedings: Letter to Judge Watkins from Brian Hoffman enclosing USB Drive with the audio recordings filed (not available for viewing).
PDF:
Date: 06/17/2016
Proceedings: Order Accepting Qualified Representative.
PDF:
Date: 06/17/2016
Proceedings: Motion for Qualified Representative to Appear on Behalf of Petitioner, Jani-King Gulf Coast Region filed.
Date: 06/16/2016
Proceedings: CASE STATUS: Motion Hearing Held.
PDF:
Date: 06/16/2016
Proceedings: Petitioner's Response to Escambia School Board's Objection to Expert Witness Disclosure filed.
PDF:
Date: 06/16/2016
Proceedings: Verified Motion for Admission to Appear Pro Hac Vice Pursuant to Florida Rule of Judicial Administration 2.510 filed.
PDF:
Date: 06/16/2016
Proceedings: Notice of Appearance (Brian Hoffman) filed.
PDF:
Date: 06/16/2016
Proceedings: Respondent, Escambia County School Board's Objection to Petitioner's Verbal Expert Witness Disclosure filed.
PDF:
Date: 06/16/2016
Proceedings: Notice of Appearance (Brian Hoffman) filed.
Date: 06/15/2016
Proceedings: Respondent's Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 06/15/2016
Proceedings: Respondent, Escambia County School Board's Notice of Filing Parties' Joint Exhibit List filed.
PDF:
Date: 06/15/2016
Proceedings: Respondent, Escambia County School Board's Notice of Service of Supplemental Response to Petitioner, Jani-King Gulf Coast Region's Pre-Hearing Interrogatories filed.
PDF:
Date: 06/14/2016
Proceedings: Respondent, Escambia County School Board's Response to Petitioner, Jani-King Gulf Coast Region's Pre-Hearing Request to Produce filed.
PDF:
Date: 06/14/2016
Proceedings: Respondent, Escambia County School Board's Notice of Service of Responses to Petitioner, Jani-King Gulf Coast Region's Pre-Hearing Interrogatories filed.
PDF:
Date: 06/10/2016
Proceedings: Respondent, Escambia County School Board's Motion to Compel Discovery filed.
PDF:
Date: 06/08/2016
Proceedings: Amended Notice of Hearing by Video Teleconference (hearing set for June 21, 2016; 9:30 a.m., Central Time; Pensacola and Tallahassee, FL; amended as to Venue).
PDF:
Date: 06/08/2016
Proceedings: Order Granting Motion for Transfer of Venue.
PDF:
Date: 06/01/2016
Proceedings: Respondent, Escambia County School Board's Amended Motion to Transfer Venue/Reschedule Hearing filed.
PDF:
Date: 05/27/2016
Proceedings: Respondent, Escambia County School Board's Motion to Transfer Venue filed.
PDF:
Date: 05/26/2016
Proceedings: Respondent's Pre-hearing Request to Produce to Petitioner for Documents Expected or Intended to be Used or Disclosed at Hearing filed.
PDF:
Date: 05/26/2016
Proceedings: Respondent, Escambia County School Board's Notice of Service of Pre-hearing Interrogatories to Petitioner, Jani-King Gulf Coast Region filed.
PDF:
Date: 05/26/2016
Proceedings: Certificate of Service filed.
PDF:
Date: 05/20/2016
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 05/20/2016
Proceedings: Notice of Hearing (hearing set for June 21, 2016; 9:30 a.m.; Tallahassee, FL).
PDF:
Date: 05/19/2016
Proceedings: Protest filed.
PDF:
Date: 05/18/2016
Proceedings: Referral Letter filed.

Case Information

Judge:
W. DAVID WATKINS
Date Filed:
05/19/2016
Date Assignment:
05/19/2016
Last Docket Entry:
10/20/2016
Location:
Pensacola, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related Florida Statute(s) (4):