17-003663BID Ve Group, Llc vs. Department Of Transportation
 Status: Closed
Recommended Order on Tuesday, November 14, 2017.


View Dockets  
Summary: Petitioner failed to demonstrate that its exclusion from a shortlist was contrary to competition, clearly erroneous, or arbitrary and capricious.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8VE GROUP, LLC,

11Petitioner,

12vs. Case No. 17 - 3663BID

18DEPARTMENT OF TRANSPORTATION,

21Respondent.

22_______________________________/

23RECOMMENDED ORDER

25Pursuant to notice, a formal hear ing was held in this case

37on August 11, 2017, in Tallahassee, Florida, before Garnett W.

47Chisenhall, a duly - designated Administrative Law Judge of the

57Division of Administrative Hearings (ÐDOAHÑ) .

63APPEARANCES

64For Petitioner: Brant Hargrove, Esquire

69Law Office of Brant Hargrove

741291 Cedar Center Drive

78Tallahassee, Florida 32301

81For Respondent: Douglas Dell Dolan, Esquire

87Florida Department of Transportation

91Mail Station 58

94605 Suwannee Street

97Tallahassee, Florida 32399 - 0458

102STATEMENT OF THE ISSUE

106Whether the Department of TransportationÓs (Ðthe

112DepartmentÑ) decision to exclude VE Group, LLC (ÐVE GroupÑ) ,

121from a shortlist of businesses seeking to provide value

130engineering professional services to the Department was contrary

138to competition, clearly erroneous, arbitrary , or capricious.

145PRELIMINARY STATEMENT

147On December 30, 2016, VE Group filed a ÐFormal Written

157Protest and Petition for Formal Administrative HearingÑ to

165conte s t the DepartmentÓs decision to exclude VE Group from a

177shortlist of businesses competing to provide value engineering

185professional services to the Department.

190On June 23, 2017, the Department referred this matter t o

201DOAH for a formal administrative hearing.

207After convening a telephonic pre - hearing conference on

216June 26, 2017, the undersigned learned that the parties were in

227agreement to waive the requirement in section 120.57(3), Florida

236Statutes (2016) , 1/ that th e final hearing be conducted within

24730 days of DOAH receiving the formal written protest.

256Accordingly, the undersigned iss ued a Notice of Hearing on

266June 27, 2017, scheduling the f inal hearing to occur on

277August 11, 2017.

280The final hearing was held as s cheduled on August 11, 2017.

292Joint Exhibits 1 through 11 were accepted into evidence.

301VE GroupÓs Exhibits 1 and 2 were accepted into evidence

311subject to a relevancy objection . VE GroupÓs Exhibit 3 , a

322deposition, was only accepted into evidence for the p urpose of

333reading certain questions and answers by VE GroupÓs attorney

342during the final hearing.

346The Department offered the testimony of James Wolfe, Bobbie

355Goss, and Carla Murchison Perry.

360VE Group offered the testimony of Jon Garner and William F.

371V entry. The undersigned accepted Mr. Ventry as an expert

381witness in value engineering over the DepartmentÓs objection.

389However, given that Mr. V entry founded VE Group , the undersigned

400stated that Mr. VentryÓs potential bias would be taken into

410account whe n the undersigned determined the weight that would

420ultimately be assigned to hi s testimony.

427The Department and VE Group agreed that the deposition of

437Kurt Lieblong could be accepted in lieu of Mr. LieblongÓs live

448testimony, and the Department filed Mr. Lie blongÓs deposition on

458August 11, 2017.

461The T ranscript was filed on October 4, 2017.

470On October 5, 2017, VE Group filed an ÐUnopposed Motion for

481Extension of TimeÑ requesting that the due date for the partiesÓ

492proposed recommended orders be extended from October 16, 2017,

501to October 18, 2017. The undersi gned issued an Order on

512October 6, 2017, granting the aforementioned Motion.

519The parties timely filed their Proposed Recommended Orders ,

527and the undersigned considered those Proposed Recommended Orders

535in the preparation of this Recommended Order.

542FINDING S OF FACT

546The following findings of fact are based on the testimony

556presented at the final hearing, exhibits accepted into evidence,

565admitted facts set forth in the pre - hearing stipulation, and

576matters su bject to official recognition.

582The Parties and Value Engineering

5871. The Department is the state agency tasked with

596procuring the construction of all roads designated as part of

606the State Highway System , the State Park Road System , or any

617roads under the DepartmentÓs supervision.

6222. William F. Ventry founded VE Group (previously known as

632Ventry Engineering) on September 1, 1988. Since its

640establishment, VE Group has provided value engineering studies,

648team member training, and team leader training to t ransportation

658agencies in 35 different states and three territories in Canada .

6693. Value engineering describes a process to determine

677whether aspects of a particular project (such as a proposed

687roadway or bridge ) can be modified in order to maximize tha t

700projectÓs value.

7024. Value engineering utilizes six - steps to analyze a

712project in order to ensure that only the required functions are

723being incorporated i nto the projectÓs design.

7305. Value engineering examine s whether a project can be

740done more cost effectively . For example, if a roadway designer

751has included features that are not necessary in order to

761accomplish the projectÓs purpose, then a value engineering

769analysis would probably lead to a recommendation that those

778features be eliminated.

7816. How ever, value engineering is not exclusively focused

790on reducing costs. A value engineering analysis could result in

800a recommendation that features be added to a project if doing so

812will meaningfully enhance a projectÓs value .

8197. VE Group previously had a contract to provide value

829engineering services to the Department, but that contract has

838expired.

839The Procurement

8418. The Department currently has one value engineering

849vendor that performs services pursuant to a statewide contract.

858However, the Departme nt wants to add another vendor so that the

870DepartmentÓs districts (i.e., regional offices) have multiple

877vendors to choose from in the event they elect to utilize the

889statewide contract to procure value engineering services.

8969. I n January of 2016, the Dep artment published its

907Consultant Acquisition Plan (Ðthe CAPÑ) for the 2017 fiscal

916year. The CAP noted that the Department was planning to procure

927value engineering services and that this particular procurement

935would involve a Technical Review Committee (Ð the TRCÑ) .

94510. The CAP wa s available to the public , and prospective

956vendors c ould confer with members of the TRC about a

967procurement.

96811. No one objected to the composition of the TRC.

97812. O n November 7, 2016, the Department published its

988solici tation for Contract No. 17903 seeking letters of response

998and written technical proposals from potential vendors of value

1007engineering services by November 21, 2016 .

101413. The Department utilized the procedures set forth in

1023section 287.055, Florida Statutes, in this solicitation.

1030Section 287.055 pertains to the acquisi tion of professional

1039services and is not driven exclusively by price.

104714. Section 287.055(4) requires an agency to select at

1056least three firms Ðdeemed to be the most highly qualified to

1067perf orm the required services.Ñ

107215. Section 287.055(5) provides that the procuring agency

1080Ðshall negotiate a contract with the most qualified firm for

1090professional services a t compensation which the agency

1098determines is fair, competitive, and reasonable.Ñ

11041 6. If the agency is unable to reach a satisfactory

1115agreement with the most qualified firm, then the agency can

1125negotiate with the second most qualified firm. If those

1134negotiations are not fruitful, then the agency can negotiate

1143with the third most qualif ied firm. See § 287.055(5), Fla.

1154Stat.

115517. Contract No. 17903 has a value of up to $5,000,000.

116818. The document describing the scope of services

1176described the objective of this procurement as follows:

1184The objective of this contract is to

1191provide Value Engineering services related

1196to transportation facilities and to conduct

1202training sess ions in the principles of

1209Value Engine ering. Two categories of

1215Value Engineering services may be required:

1221A) Value Engineering Studies and B) Value

1228Engineering T raini ng. The Consultant may

1235be required to provide Value Engineering

1241training and/or conduct Statewide as well as

1248District Value Engineering reviews. The

1253nature of the Value Engineering studies may

1260include, but not be limited to studies

1267conducted on the follo wing:

1272Ʊ Transportation Projects

1275Ʊ Department Design Standards

1279Ʊ Department Specifications

1282Ʊ Department Processes

1285The Consultant will use an approved Value

1292Engineering Job Plan, in providing an

1298independent review, developing reports, and

1303making present ations of findings to

1309Department management.

131119. In the simplest terms, the D epartment was seeking a

1322vendor to provide value engineering studies and value

1330engineering training.

133220. The training component consisted of team member

1340training and team lea der training.

134621. With regard to the training component, the document

1355describing the scope of services specified that the successful

1364vendor will provide a training instructor who Ðshall be a

1374Certified Value Specialist (CVS) and shall have proficient

1382k nowledge and training experience specifically related to Value

1391Engineering. Ñ

139322. The acronym Ð SAVE Ñ stands for the Society of American

1405Value Engineers. SAVE established a process by which one can

1415become certified as a value engineering specialist. SA VEÓs

1424primary functions are to certify value engineering specialists

1432and to promote the practice of value engineering.

14402 3 . With regard to team member training, the document

1451specified that Ðthe Consultant shall conduct Value Engineering

1459Team Member Trai ning Workshops. The workshop will be SAVE

1469certified 40 hour Module I. Team Member skills and value

1479engineering concepts shall be taught to Department personnel and

1488consultants.Ñ

14892 4 . SAVE International offers the SAVE certified Module I

1500workshop ref erenced directly above.

15052 5 . SAVE Module I is team member training.

15152 6 . The scope of services document divided the training

1526component into two categories: team member training and team

1535leader training.

15372 7 . As for team leader training, the scope of services

1549document stated that Ð[w]hen required, the Consultant shall

1557conduct Value Engineering Team Leader Training Workshops. Team

1565leadership skills and value engineering concepts shall be taught

1574to Department personnel and consultants.Ñ

15792 8 . SAV E is not mentioned in the description of the

1592DepartmentÓs desired team leader training.

159729 . The TRC review ed the responses to the solicitation for

1609Contract No. 17903 and create d a shortlist of firms to be

1621reviewed by the Selection Committee .

16273 0 . T he TRC consisted of Kurt Lieblong and two volunteers

1640from within the Department , Jon Garner and Bobbi Goss .

16503 1 . Mr. Lieblong manages the DepartmentÓs value

1659engineering program , and he holds a SAVE certification .

16683 2 . During the time period relevant to the instant case,

1680part of Mr. GarnerÓs regular duties included acting as the value

1691engineering administrator for the DepartmentÓs District 5.

16983 3 . Ms. Goss has been responsible for the DepartmentÓs

1709District 2 value engineerin g program for the last 1 7 to

172118 years. She has been responsible for hiring value engineering

1731team leaders and/or team members to facilitate value engineering

1740studies. She also contracts with value engineering consultants.

17483 4 . Six prospective vendors responded to the Depart mentÓs

1759solicitation: VE Group ; Amec Foster Wheeler ; Civil Services,

1767Inc. (ÐCivil ServicesÑ) ; Greenman - Pederson, Inc. ; Michael Baker

1776International, Inc. (ÐMichael BakerÑ) ; and PMA Consultants, LLC

1784(ÐPMAÑ) .

17863 5 . Each prospective vendor responded to the s olicitation

1797via a standardized document from the Department entitled

1805ÐProfessional Services Letter of Qualification for Use with

1813Stand ard Note 1 Advertisements OnlyÑ (Ð l etter of

1823q ualificationÑ).

18253 6 . The letter of qualification only gives a prospective

1836v endor approximately two and a half pages to provide the

1847information required by the Department. No additional space is

1856allowed.

18573 7 . As noted above, this procurement is proceeding

1867under the procedures set forth in s ection 287.055 . In order to

1880facilitat e the implementation of the aforementioned statute, the

1889Department has a procedure, Topic No. 375 - 030 - 002 - k, entitled

1903ÐAcquisition of Professional Services.Ñ

19073 8 . Section 3.2 of Topic No. 375 - 030 - 002 - k provides that

1924the TRC will consider the following f actors in making its

1935shortlist recommendation:

1937(A) Past performance grades received by the

1944Consultant on current and previous

1949Department projects, or other

1953performance data included by the

1958Consultant in the LOR or Letter of

1965Qualification.

1966(B) The location of the Consultant in

1973relation to the work to be performed,

1980for projects where Consultant proximity

1985to project location is pertinent.

1990(C) Any restrictions placed on the

1996Consultant by the prequalification

2000evaluator.

2001(D) Volume of work previously awarded.

2007(E) Other informati on contained in the LOR

2015or Letter of Qualification.

2019(emphasis added).

202139 . The letter of qualification form utilized in this

2031solicitation requests that prospective vendors provide the

2038following information:

2040Ʊ Proposed approach and understanding of

2046critical issues.

2048Ʊ Relevant project experience Î Similar

2054type of work experience; including reference

2060contact information.

2062Ʊ Other content provided by firm.

2068Ʊ Estimate of current workload and

2074available resour ces.

2077Ʊ Proposed key personnel and their proposed

2084rules (do not include resumes ) .

2091(emphasis added).

20934 0 . With regard to the requirement that a prospective

2104vendor offer to perform team member training and team leader

2114training, VE GroupÓs letter of q ualification stated the

2123following:

2124The FDOT is also desirous of obtaining a

2132Value Engineering consultant to plan,

2137organize and conduct Team Member Training

2143and Team Leader Training. As former FDOT

2150officials (directing the Bureau of Value

2156Engineering), bot h William F. Ventry and

2163Jack Trickey are very familiar with the

2170particular expectations of FDOTÓs Value

2175Engineering program, since they were

2180responsible for planning, organizing and

2185conducting Value Engineering Training

2189Workshops for the Central Office and all of

2197the District offices.

2200They will serve as the Value Engineering

2207instructors to guide the workshop teams

2213through the Value Engineering job plan,

2219provide agendas and class notebooks, make

2225arrangements for meeting room requirements,

2230if required, insur e proper record keeping,

2237and maintain communication with the FDOT

2243Value Engineer. Through valuable experience

2248gained during previous Consultant Contracts

2253with FSOT for Value Engineering Workshops,

2259the 40 - hour (SAVE approved) Module I Value

2268Engineering Wor kshop and Team Leader

2274Workshop has already been tailored to

2280conform to specific FDOT requirements and

2286has been approved by S.A.V.E. International.

2292VE Group, L.L.C. proposes to use a two - step

2302process to satisfy the requirements for

2308Value Engineering Traini ng Workshops for the

2315FDOT contract. The two steps are: 1) Pre -

2324workshop Activities; 2) Conduct Workshop.

2329A. Conduct 40 - Hour (SAVE approved) Module I

2338Value Engineering Workshop

2341The 40 - Hour Workshop will be managed by

2350William F. Ventry, P.E., C.V.S., who is

2357responsible and accountable to the SAVE

2363Board for the conduct and performance of the

2371workshops. The workshops are oriented

2376toward transportation functions; and the

2381format will cover issues and examples

2387relating to transportation agencies. The

2392SAVE app rov al class notebook used in

2400these workshops h as been developed by

2407William F. Ventry, P.E., C.V.S. exclusively,

2413for workshops performed for transportation

2418agencies.

2419B . Conduct Value Engineering Team Leader

2426Workshop

2427The Team Leader Workshops will also be

2434managed by William F. Ventry, P.E., C.V.S.

2441The VE Group , L.L.C. Value Engineering

2447Team Leader Workshop is designed for the

2454individual who has completed the 40 - hour

2462Module I Workshop a nd his/her supervisor

2469and the District Value Engineer feels would

2476make a good V alue Engineering Team Leader

2484on routine Department projects. These

2489workshops not only review the technical

2495aspects of V.E., but also include the

2502responsibilities of the Team Leader and

2508human relations aspects of leadership.

25134 1 . The TRC conduct ed a public meeting via teleconference

2525on December 8, 2016, and selected Civil Services, Michael Ba ker,

2536and PMA to be on the short list.

25444 2 . The TRC reached a consensus as to which firms sh ould

2558be on the shortlist. There was no disagreement.

25664 3 . Th e memorandum describing the TRCÓs recommendation had

2577the followi ng comments regarding the short listed vendors:

2586Civil Servi ces had a good understanding

2593of the scope of work, offered a QA/QC

2601approach to the work, and offered

2607multiple in dividuals that met bot h the

2615CVS and Florida PE requirement that had VE

2623experience in the transportation industry.

2628The Project Manager and Lead VE facilitator

2635also had FDOT VE experience. Civil was also

2643able to offer additional elements outside of

2650the standard VE process withi n their

2657proposal.

2658Michael Baker International, Inc. had a good

2665understanding of the scope of work, offered

2672a QA/QC approach to the work, and offered

2680multiple individuals that met both the CVS

2687and Florida PE requirement that had VE

2694experience in the tran sportation industry.

2700Michael Baker was also able to offer

2707additional elements outside of the standard

2713VE process within their proposal.

2718PMA Consultants, LLC had a good

2724understandin g of the scope of work,

2731offered a QA/QC appr oach to the work, and

2740offered a Project Ma nager that met both

2748the CVS and Florida PE requirement that

2755had VE experience in the transportation

2761industry. The Project Manager also had

2767extensive FDOT experience. PMA was also

2773able to offer additional elements outside of

2780the standard VE pr ocess within their

2787proposal.

2788(emphasis added).

27904 4 . As for the VE Group, the TRC reported that :

2803VE Group, LLC had a good understanding of

2811the scope of work, and offered multiple

2818individuals that met both the CVS and

2825Florida PE requirement that had VE

2831experience in the transportation industry.

2836The Project Manager and additional team

2842leaders also had extensive FDOT VE

2848experience.

28494 5 . T he TRCÓs memo randum described its ultimate

2860recommendation as follows:

2863All three firms had a strong understanding

2870o f the scop e, offered VE facilitators

2878from the pri me firm with both the CVS/FL

2887PE requirement and transportation VE

2892experience. All three firms offered a QA/QC

2899approach to the work and each firm was able

2908to introduce within their proposal other

2914elements ou tside of the standard VE process

2922that separated them from other firms.

2928(emphasis added).

29304 6 . With regard to Ðother elements outside of the standard

2942VE processÑ that Michael Baker proposed to provide, the

2951following excerpt from Michael BakerÓs letter of qualification

2959describes those Ðother elementsÑ that impressed the TRC:

2967As part of the analysis and full vetting

2975process o f ideas during the evaluation and

2983development phases, we include risk analysis

2989and assessments, life - cycle costing analysis

2996(LCCA), con structability reviews and impact

3002analysis to the schedule, performance and

3008project costs. We also include AASHTO

3014analysis criteria in the areas of safety,

3021operations, environmental and construction.

30254 7 . With regard to Ðother elements outside of the standard

3037VE processÑ that Civil Services proposed to provide, Civil

3046ServicesÓ letter of qualification stated that Ð[i]n addition to

3055Life Cycle Cost Analysis, we offer Risk Assessment of projects

3065including CPM techniques.Ñ

30684 8 . As for additional elements offered by PMA, PMAÓs

3079letter of qualification stated the following :

3086Most consultants will follow the same

3092methodology to conduct a VE workshop, or at

3100least they sh ould. The thing that makes

3108PMA unique is that we take pride in the

3117VE study and facilitatio n as a Ðpeople

3125experienceÑ t hat engages professionals in

3131an atmosphere where they enjoy Ðthinking

3137outside of the boxÑ and get to interact with

3146other disciplines and departments so they

3152understand all the different perspectives

3157and aspects of a project that should be

3165considered during its design development.

3170Our goal is to make the workshop an

3178enjoyable experience where the team works as

3185one to arrive at solutions or alternatives

3192that they all support.

319649 . While VE GroupÓs letter of qualification met the

3206requirements, it did not exceed those requirements. In other

3215words, VE Group did not offer any elements outside of the

3226standard VE process.

32295 0 . Because prospective vendorsÓ letters of qualification

3238were limited to two and a half pages, prospective ve ndors were

3250not expected to describe items (such as the SAVE International

3260process ) in great detail . However, the TRC did expect

3271prospective vendors to attempt to separate themselves from their

3280competing vendors.

3282Findings Regarding the Composition of the TRC

32895 1 . VE Group argues that the Department did not follow its

3302own procedures in assembling the TRC.

33085 2 . While the composition of the TRC was known to

3320prospective bidders prior to publication of the solicitation for

3329Contract No. 17903, there is no e vidence that prospective

3339bidders had a point of entry to challenge the TRCÓs composition.

33505 3 . Topic No. 375 - 030 - 002 - k contains a section pertaining

3366to the composition of technical review committees and states in

3376pertinent part that:

3379The members of this Committee will be

3386determined by the appropriate Director,

3391or designee. The TRC shall consist of an

3399odd number of members for professional

3405services procurements. Members of the TRC

3411shall be chosen b ased on their knowledge

3419and expertise as it relates to t he nature of

3429the work requested, the complexity of the

3436project, and the availability of personnel

3442to timely review and evaluate submittals.

34485 4 . The greater weight of the evidence demonstrates that

3459the members of the TRC possessed sufficient knowledge and

3468expertise to serve on the TRC.

34745 5 . As noted above, Mr. Lieblong manages the DepartmentÓs

3485value engineering program, and he holds a SAVE certification.

34945 6 . While Mr. Garner and Ms. Goss do not have similar

3507certifications, substantial amounts of their responsibilities

3513with the Department pertain to value engineering.

3520Findings as to Whether the Proposals from the Shortlisted Firms

3530Were Responsive to the Solicitation

35355 7 . As noted above, the letter of qualification form

3546utilized in this solicit ation requested that prospective vendors

3555provide their Ðproposed approach and understanding of critical

3563issues.Ñ

35645 8 . VE Group argue s that the three shortlisted firms

3576failed to provide an approach for furnishing team member and

3586team leader training.

358959 . For instance, Civil ServicesÓ letter of qualification

3598merely stated that Ðthe depth of discipline experts offered by

3608[Civil Services] enables us to assemble and offer team members

3618for Value Engineering Workshops as may be required.Ñ

36266 0 . Civil Servic esÓ letter of qualification identifies one

3637employee who is a ÐSAVE International§ - Certified Instructor for

3647Module I training.Ñ The letter of qualification identifies

3655another employee who Ðis a SAVE International§ - Certified

3664Instructor for Module I & Module II Workshops.Ñ

36726 1 . Michael BakerÓs letter of qualification described its

3682training proposal as follows:

3686Our team member PMA holds the SAVE -

3694International certififed Mod 1 (Cert.

3699No. 201404802) and 2 (Cert. No. 201404900)

3706worksh ops. Both Mr. Obaranec a nd

3713Mr. Johnson are CVSs and experienced VE

3720trainers. Ou r approach will allow the

3727Baker team to customize any training

3733sessions to FDOTÓs requirements such as

3739size, attendees and workshop duration.

37446 2 . PMAÓs letter of qualification stated that Richard L .

3756Johnson Ðhas demonstrated his understanding of issues regarding

3764value engineering and VE workshop s and Module I and Module II

3776VE training. Mr. Johnson is a SAVE International® Certified

3785Trainer for Module I and Module II training.Ñ

37936 3 . During his test imony, Mr. V entry took the three

3806shortlisted firms to task for not setting forth an ÐapproachÑ in

3817their letters of qualification.

38216 4 . VE Group clearly went into far greater detail

3832explaining its ÐapproachÑ to the provision of team member and

3842team leade r training.

38466 5 . However, Mr. V entryÓs criticism of the shortlisted

3857firmsÓ descriptions is exceedingly technical in nature.

38646 6 . While not going into great detail, the three

3875shortlisted firms included enough detail to give reasonable

3883assur ances to the TRC that they were prepared to meet the

3895explicit training requireme nts set forth in the scope of

3905services.

39066 7 . Given that the prospective vendors only had two and a

3919half pages to detail the key aspects of their proposals, the

3930shortlisted firms reasonably decided to devote less detail than

3939VE Group to explain their training offerings.

39466 8 . During his testimony, Mr. V entry also took issue

3958with the team leader training offered by the shortlisted firms.

3968All three of the shortlisted firms referenced Module II SAVE

3978training, but Mr. V entry testified that Module II training is

3989not used by the Department. According to Mr. V entry, Module II

4001does not satisfy the DepartmentÓs team leader requirements and

4010is not a leadership principles course.

401669 . However, Mr. Lieblong testified that if a prospective

4026vendor employed someone with SAVE Module I certification, then

4035it was assumed that prospective vendor could deliver team memb er

4046training or Module I.

40507 0 . Moreover , the Department consider s SAVE Module II

4061tr aining to be team lead er training even though it is not

4074denominated as such . According to Mr. Lieblong, SAVE Module II

4085is more advanced than Module I and delves into how one handles

4097difficult situations within a team environment.

41037 1 . Also, Ms. Goss testified that SAVE Module II training

4115satisfies the team leader training requiremen t in this

4124solicitation. Ms. Goss testified that the Department recognizes

4132Module II as team leader training.

41387 2 . The greater weight of the evidence demonstrates that

4149the shortlisted firms provided letters of qualification that

4157were responsive to the DepartmentÓs solicitation.

4163Findings as to Whether the TRC Considered Factors Outside the

4173Permissible Scope

41757 3 . VE Group argues that the TRC impermissibly considered

4186fac tors outside the permissible scope of this solicitation.

41957 4 . As discussed above, the memorandum describing the

4205TRCÓs recommendation noted that the shortlisted firms were Ðable

4214to offer additional elements outside of the standard VE process

4224within their proposal.Ñ

42277 5 . VE Group asserts that consideration of such elements

4238was improper, but Section 3.2 of Topic No. 375 - 030 - 002 - k

4253provided that the TRC was to consider other information in the

4264letter of qualification as one of the factors in making its

4275sho rtlist recommendation .

42797 6 . In addition, the letter of qualification form

4289specified that prospective vendors were to provide Ðother

4297content.Ñ VE Group did not challenge either specification when

4306initially posted.

43087 7 . The greater weight of the evi dence demonstrates that

4320the TRC did not err by considering info rmation that the

4331Department may not have explicitly requested.

4337CONCLUSIONS OF LAW

43407 8 . DOAH has jurisdiction over the subject matter of this

4352proceeding and of the parties hereto pursuant to sections

4361120.569, 120.57(1), and 120.57(3), Florida Statutes (2017) .

436979 . Section 120.57(3)(f) provides in relevant part:

4377Unless otherwise provided by statute, the

4383burden of proof shall rest with the party

4391protesting the proposed agency action. In a

4398c ompetitive - procurement protest, other than

4405a rejection of all bids, proposals, or

4412replies, the administrative law judge shall

4418conduct a de novo proceeding to determine

4425whether the agencyÓs proposed action is

4431contrary to the agencyÓs governing statutes,

4437the agencyÓs rules or policies, or the

4444solicitation specifications. The standard

4448of proof for such proceedings shall be

4455whether the proposed agency action was

4461clearly erroneous, contrary to competition,

4466arbitrary, or capricious. In any bid -

4473protest proceedin g contesting an intended

4479agency action to reject all bids, proposals,

4486or replies, the standard of review by an

4494administrative law judge shall be whether

4500the agencyÓs intended action is illegal,

4506arbitrary, dishonest, or fraudulent.

45108 0 . VE Group , as the p arty challenging the proposed agency

4523action, has the burden of proof in this proceeding and must show

4535that the DepartmentÓs proposed action is contrary to its

4544governing statutes, rules or policies, or the bid or proposal

4554specifications. A de novo hearing was conducted to evaluate the

4564action taken by the Department. § 120.57(3)(f), Fla. Stat.;

4573State Contracting and EngÓg Corp. v. DepÓt of Transp. , 709 So.

45842d 607 , 609 (Fla. 1 st DCA 1998). The administrative law judge

4596may receive evidence, as with any heari ng held pursuant to

4607section 120.57(1), but the purpose of the proceeding is to

4617evaluate the action taken by the agency based on the information

4628available to the agency at the time it took the action. Id.

46408 1 . Agencies enjoy wide discretion when it comes to

4651soliciting and accepting proposals, and an agencyÓs decision,

4659when based upon an honest exercise of such discretion, will not

4670be set aside even where it may appear erroneous or if reasonable

4682persons may disagree. BaxterÓs Asphalt and Concrete, Inc. v.

4691DepÓt of Transp. , 475 So. 2d 1284, 1287 (Fla. 1 st DCA 1985);

4704Capeletti Brothers, Inc. v. State, DepÓt of Gen. Servs. ,

4713432 So. 2d 1359, 1363 (Fla. 1 st DCA 1983). Section 120.57(3)(f)

4725establishes the standard of proof as whether the proposed action

4735was clea rly erroneous, contrary to competition, arbitrary , or

4744capricious.

47458 2 . A decision is considered to be clearly erroneous when,

4757although there is evidence to support it, after review of the

4768entire record the tribunal is left with the definite and firm

4779convi ction that a mistake has been committed. United States v.

4790U.S. Gypsum Co. , 333 U.S. 3 6 4, 395 (1948). An agency action is

4804capricious if the agency takes the action without thought or

4814reason or irrationally. Agency action is arbitrary if it is not

4825support ed by facts or logic. See Agrico Chem . Co. v. DepÓt of

4839Envtl. Reg. , 365 So. 2d 759, 763 (Fla. 1 st DCA 1978).

48518 3 . An agency decision is contrary to competition if it

4863unreasonably interferes with the objectives of competitive

4870bidding. See Wester v. Belo te , 103 Fla. 976, 138 So. 721,

4882723 - 24 (1931).

48868 4 . As discussed above, the greater weight of the evidence

4898does not demonstrate that the decision to exclude VE Group from

4909the shortlist was contrary to the Department Ós governing

4918statutes, the agencyÓs rul es or policies, or the solicitation

4928specifications . Also, the greater weight of the evidence does

4938not demonstrate that the decision to exclude VE Group f ro m the

4951shortlist was clearly erroneous, contrary to competition,

4958arbitrary, or capricious.

4961RECOMMEN DATION

4963Based on the foregoing Findings of Fact and Conclusions of

4973Law, it is RECOMMENDED that the Department of Transportation

4982enter a final order dismissing the protest of VE Group, LLC.

4993DONE AND ENTERED this 14 th day of November , 2017 , in

5004Tallahassee, Leon County, Florida.

5008S

5009G. W. CHISENHALL

5012Administrative Law Judge

5015Division of Administrative Hearings

5019The DeSoto Building

50221230 Apalachee Parkway

5025Tallahassee, Florida 32399 - 3060

5030(850) 488 - 9675

5034Fax Filing (850) 921 - 6847

5040w ww.doah.state.fl.us

5042Filed with the Clerk of the

5048Division of Administrative Hearings

5052this 14 th day of November, 2017 .

5060ENDNOTE

50611/ Unless stated otherwise, all statutory references will be to

5071the 201 6 version of the Florida Statutes.

5079COPIES FURNISH ED:

5082Brant Hargrove, Esquire

5085Law Office of Brant Hargrove

50901291 Cedar Center Drive

5094Tallahassee, Florida 32301

5097(eServed)

5098Douglas Dell Dolan, Esquire

5102Florida Department of Transportation

5106Mail Station 58

5109605 Suwannee Street

5112Tallahassee, Florida 32399 - 0458

5117(e Served)

5119Andrea Shulthiess, Clerk of

5123Agency Proceedings

5125Florida Department of Transportation

5129Haydon Burns Building

5132605 Suwannee Street, M ail S tation 58

5140Tallahassee, Florida 32399 - 0450

5145(eServed)

5146Erik Fenniman, General Counsel

5150Florida Department of Transportation

5154Haydon Burns Building

5157605 Suwannee Street, M ail S tation 58

5165Tallahassee, Florida 32399 - 0450

5170(eServed)

5171Michael J. Dew, Secretary

5175Florida Department of Transportation

5179Haydon Burns Building

5182605 Suwannee Street, M ail S tati on 57

5191Tallahassee, Florida 32399 - 0450

5196(eServed)

5197NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

5203All parties have the right to submit written exceptions within

52131 0 days from the date of this Recommended Order. Any exceptions

5225to this Recommended Order should be file d with the agency that

5237will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 01/19/2018
Proceedings: Agency Final Order filed.
PDF:
Date: 12/14/2017
Proceedings: Agency Final Order
PDF:
Date: 11/14/2017
Proceedings: Recommended Order
PDF:
Date: 11/14/2017
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 11/14/2017
Proceedings: Recommended Order (hearing held August 11, 2017). CASE CLOSED.
PDF:
Date: 10/18/2017
Proceedings: Department of Transportation's Proposed (Recommended) Order filed.
PDF:
Date: 10/18/2017
Proceedings: VE Group's Notice of Filing Proposed Recommended Order filed.
PDF:
Date: 10/06/2017
Proceedings: Order Granting Unopposed Motion for Extension of Time.
PDF:
Date: 10/05/2017
Proceedings: Unopposed Motion for Extension of Time filed.
Date: 10/04/2017
Proceedings: Transcript of Proceedings (not available for viewing) filed.
Date: 08/16/2017
Proceedings: CASE STATUS: Post-Hearing Conference Held.
PDF:
Date: 08/16/2017
Proceedings: Order Regarding Filing Date for Proposed Recommended Orders.
PDF:
Date: 08/14/2017
Proceedings: Notice of Telephonic Status Conference (status conference set for August 16, 2017; 10:30 a.m.).
Date: 08/11/2017
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 08/11/2017
Proceedings: Notice of Filing (requests the record be closed) filed.
PDF:
Date: 08/11/2017
Proceedings: Statement of Person Administering Oath filed.
PDF:
Date: 08/10/2017
Proceedings: Notice of Filing the Deposition Transcript of Kurt Lieblong filed.
PDF:
Date: 08/09/2017
Proceedings: Joint Pre-hearing Statement filed.
PDF:
Date: 08/09/2017
Proceedings: Order Allowing Testimony by Telephone.
PDF:
Date: 08/08/2017
Proceedings: Respondent's Motion to Allow Witness Testimony by Telephone filed.
PDF:
Date: 07/25/2017
Proceedings: Notice of Petitioners' Answers to Respondent's First Set of Interrogatories filed.
PDF:
Date: 07/19/2017
Proceedings: Notice of Serving Department's First Set of Interrogatories to Petitioner filed.
PDF:
Date: 07/17/2017
Proceedings: Notice of Taking Corporate Deposition Duces Tecum filed.
PDF:
Date: 06/27/2017
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 06/27/2017
Proceedings: Notice of Hearing (hearing set for August 11, 2017; 9:00 a.m.; Tallahassee, FL).
Date: 06/26/2017
Proceedings: CASE STATUS: Pre-Hearing Conference Held.
PDF:
Date: 06/26/2017
Proceedings: Notice of Telephonic Status Conference (status conference set for June 26, 2017; 1:00 p.m.).
PDF:
Date: 06/23/2017
Proceedings: Notice of Appearance and Substitution of Counsel (filed by Brant Hargrove).
PDF:
Date: 06/23/2017
Proceedings: Formal Written Protest and Petition for Formal Administrative Hearing filed.
PDF:
Date: 06/23/2017
Proceedings: Amended Formal Written Protest and Petition for Formal Administrative Hearing filed.
PDF:
Date: 06/23/2017
Proceedings: Agency referral filed.

Case Information

Judge:
G. W. CHISENHALL
Date Filed:
06/23/2017
Date Assignment:
06/23/2017
Last Docket Entry:
01/19/2018
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Counsels

Related Florida Statute(s) (4):