16-002762BID
Jani-King Gulf Coast Region vs.
Escambia County School Board
Status: Closed
Recommended Order on Friday, August 26, 2016.
Recommended Order on Friday, August 26, 2016.
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.
![](/images/view_pdf.png)
- Date
- Proceedings
-
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 cover letter identifying the hearing record referred to the Agency.
-
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.
- Date: 06/21/2016
- Proceedings: CASE STATUS: Hearing Held.
-
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: 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: Respondent, Escambia County School Board's Objection to Petitioner's Verbal Expert Witness Disclosure 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: 06/01/2016
- 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.
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
-
Brian W. Hoffman, Esquire
Address of Record -
Sandra Destin Sims, Esquire
Address of Record -
David C. Willis, Esquire
Address of Record