91-007429BID Professional Testing Service, Inc. vs. Department Of Professional Regulation
 Status: Closed
Recommended Order on Friday, January 3, 1992.


View Dockets  
Summary: Agency acted arbitrarily in awarding BID to non responsive vendor.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8PROFESSIONAL TESTING SERVICE, INC., )

13)

14Petitioner, )

16)

17vs. ) CASE NO. 91-7429BID

22)

23DEPARTMENT OF PROFESSIONAL )

27REGULATION, )

29)

30Respondent. )

32____________________________________)

33RECOMMENDED ORDER

35Pursuant to notice, the above matter was heard before the Division of

47Administrative Hearings by it duly designated Hearing Officer, Donald R.

57Alexander, on December 2, 1991, in Tallahassee, Florida.

65APPEARANCES

66For Petitioner: Joseph W. Lawrence, II, Esquire

73Post Office Box 1116

77Fort Lauderdale, Florida 33302

81For Respondent: Vytas J. Urba, Esquire

871940 North Monroe Street, Suite 60

93Tallahassee, Florida 32399-0792

96STATEMENT OF THE ISSUES

100The issues are whether Applied Measurement Professional, Inc.'s response to

110RFP 91-002 was nonresponsive, and if so, whether respondent's acceptance of the

122same was unlawful.

125PRELIMINARY STATEMENT

127This matter began on November 4, 1991, when petitioner, Professional

137Testing Service (PTS), filed its written protest to an award of a contract by

151respondent, Department of Professional Regulation (DPR). The contract called

160for the successful firm to assist DPR and the Florida Real Estate Commission in

174production and scoring of the Florida Real Estate and Appraisal Examination for

186the period beginning approximately January 1, 1992, through June 30, 1993, with

198a renewal for one to two years. According to the written protest, the apparent

212successful firm, Applied Measurement Professionals, Inc. (AMP), had submitted a

222response which did not conform to the request for proposal (RFP) in a number of

237respects. More specifically, the protest alleged that, contrary to the

247instructions in the RFP, AMP's proposal did not set forth the costs for those

261candidates who were scheduled to take the examination but did not appear, and

274AMP submitted nine cost categories making up the cost per candidate even through

287the RFP specified that only eight components should be used. In addition, the

300protest alleged that AMP was not a responsible firm because AMP is not

313authorized to transact business in the State of Florida, and that at least one

327member of a six-person DPR evaluation committee was unaware that AMP's proposal

339was nonresponsive. In an amendment to its protest filed on November 13, 1991,

352PTS alleged further that AMP's proposal was nonresponsive because, contrary to

363the RFP, AMP represented that it would not maintain an office in the Orlando

377area to supply support personnel at examination sites for administration of

388contract services, and AMP illegally qualified its bid by stating it would train

401DPR staff to furnish unofficial grade reports to candidates, or in the

413alternative, it would assess an additional unspecified fee per candidate if AMP

425personnel were required to perform that task.

432The matter was referred by respondent to the Division of Administrative

443Hearings on November 20, 1991, with a request that a hearing officer be assigned

457to conduct a formal hearing. By notice of hearing dated November 21, 1991, a

471final hearing was scheduled on December 2, 1991, in Tallahassee, Florida.

482At final hearing, petitioner presented the testimony of Dale L. Cox and

494David B. Cox, its president and vice-president, respectively. Also, it offered

505petitioner's exhibits 1-5. All exhibits were received in evidence. Respondent

515presented the testimony of George Stuart, Secretary of the Department of

526Professional Regulation, Virginia C. Stuart, a member of the Florida Real Estate

538Commission, and Ella D. Hall, a DPR psychometrician. Also, it offered

549respondent's exhibits 1-3. All exhibits were received in evidence.

558The transcript of hearing (two volumes) was filed on December 9, 1991.

570Proposed findings of fact and conclusions of law were filed by the parties on

584December 20, 1991. A ruling on each proposed finding of fact is made in the

599Appendix attached to this Recommended Order.

605FINDINGS OF FACT

608Based upon all of the evidence, the following findings of fact are

620determined:

621A. Background

6231. On August 16, 1991, respondent, Department of Professional Regulation

633(DPR), issued Request for Proposal No. 92-002 (RFP) to various firms inviting

645them to submit proposals for assisting DPR and the Florida Real Estate

657Commission (Commission) in the production and scoring of the Florida Real Estate

669and Appraisal Examination for the period beginning January 1, 1992, through June

68130, 1993, with a renewal option for one to two years. More specifically, the

695contract called for the successful firm to develop examinations from a bank of

708questions provided by the Commission, administer periodic examinations, score

717and analyze tests, and perform other related support services. Such proposals

728were to filed no later than 2:00 p.m. on September 20, 1991. Thereafter, and in

743accordance with the RFP, a six-person committee composed of representatives of

754the DPR, Commission and Division of Real Estate (Division) would evaluate the

766proposals and make a recommendation to the Secretary of DPR, who retained final

779authority to award the contract.

7842. Proposals were timely filed by three firms, including petitioner,

794Professional Testing Service, Inc. (PTS), Applied Measurement Professionals,

802Inc. (AMP), and National Assessment Institute (NAI). After these proposals were

813evaluated by the committee, AMP was recommended for award of the contract. By a

8274-3 vote, the Commission concurred with this recommendation. On October 24,

8381991, the Secretary of DPR selected AMP as the recipient of the contract, and

852notice to that effect was posted. Citing various alleged irregularities in the

864review process, PTS filed its formal protest to the award of the contract on

878November 4, 1991. After efforts to informally resolve this dispute were

889unsuccessful, this proceeding ensued.

893B. The Vendors Who Submitted Proposals

8993. Petitioner is a Florida corporation with offices located at 223

910Pasadena Place, Orlando, Florida. It has provided various licensure examination

920services to DPR for the past eighteen years. Except for a two year break in

9351984 and 1985, for the last eleven years PTS has held the contract with DPR to

951provide licensure examination services on the real estate examination, and

961pending resolution of this dispute, it continues to provide such services.

9724. AMP did not intervene as a party in this cause. However, according to

986its proposal, AMP is a Kansas corporation with offices at 8310 Nieman Road,

999Lenexa, Kansas, and has been in the business of developing and administering

1011examinations since 1984. Among other things, it now provides assistance to the

1023State of Michigan for the real estate licensure examination. AMP maintains no

1035offices or personnel in the State of Florida.

10435. Although NAI submitted a response to the RFP, it is not a party to this

1059action. Located in Clearwater, Florida, with branch offices in other cities in

1071Florida and throughout the country, NAI has provided assessment services to

1082various state governments since 1976. It has administered the DPR contractor

1093examination for the last fourteen years.

1099C. Events Leading to the Issuance of RFP 92-002

11086. In May 1991, DPR issued RFP 91-009 requesting proposals for assistance

1120in the development and administering of real estate examinations. That RFP

1131requested proposals on three components of the real estate examination services,

1142including (a) application processing, (b) test development, grading and review,

1152and (c) administration of the examination. Items (a) and (c) and a portion of

1166item (b) had previously been handled by the Division, the administrative arm of

1179the Commission. In response to RFP 91-009, proposals were filed by PTS, AMP,

1192NAI, and two other vendors. PTS was recommended for award of the contract as to

1207two components while AMP was recommended for the award of the contract as to one

1222component even though its proposal had been deemed to be nonresponsive.

1233However, DPR eventually decided to reject all proposals and issue a new RFP.

1246The new RFP (91-002) did not call for proposals on items (a) and (c) and the

1262test development portion of item (b) since the Division determined that it would

1275continue to perform those functions. Even so, while RFP 91-002 was more narrow

1288in scope of services than was 91-009, it nonetheless contained some of the same

1302terms, conditions and requirements as did the earlier RFP. It is also noted

1315that, with one minor exception relating to on-site grading, the scope of

1327services under the existing contract held by PTS and those enumerated in RFP 91-

1341002 are the same.

13457. Prior to the time for submitting responses to RFP 91-009, the Division,

1358whose director was designated as contract manager, and Commission conducted a

1369pre-bid conference with interested vendors to answer questions concerning the

1379RFP. Both RFP 91-009 and 91-002 contained an identical requirement that the

1391successful firm "(m)aintain an office/center in the greater Orlando area." In

1402response to a question by a vendor as to whether DPR would "accept proposals

1416that identify Tallahassee as the office/center site for the provider's office in

1428lieu of Orlando", the response given was "no, Orlando is the designated site."

1441Other questions and answers concerning the same topic were as follows:

1452Q. Would the Department consider allowing

1458the contractor (for application processing

1463function only) to maintain offices in

1469Tallahassee instead of Orlando, provided that

14751)regular meetings are held in Orlando, and

14822) reports can be delivered to the

1489Department's offices in Orlando?

1493A. No. Because the application processing

1499function relating to deficient applications

1504must be closely coordinated with the records

1511section, the investigative section, the legal

1517section, administrative section of the

1522Division of Real Estate and the Florida Real

1530Estate Commission. Florida Statutes require

1535that the office of the Division of Real

1543Estate and the Florida Real Estate Commission

1550be located in Orlando. Therefore, Divisional

1556functions must be performed in the Orlando

1563area.

1564Q. Is Orlando the only site the Department

1572will agree to, or is the Department flexible

1580to the location if all requirements can be

1588met from another site in the State of

1596Florida?

1597A. Orlando is the only site.

1603The above questions and answers, together with others asked and answered at the

1616conference, were transcribed by DPR and then furnished to all interested

1627vendors. Since AMP filed a proposal in response to RFP 91-009, it may be

1641reasonably inferred that AMP was privy to the above clarifying information. It

1653is noted that there was no pre-bid conference prior to the filing of proposals

1667in response to RFP 91-002.

1672B. The RFP

16758. A copy of RFP 91-002 is found on pages 90 through 108 of petitioner's

1690composite exhibit 1. The RFP includes sections relating to statement of need,

1702purpose, scope of work, DPR responsibilities, provider responsibilities, general

1711information, documents required in submitting a proposal, the proposal format,

1721proposal rating criteria, and an appendix delineating the manner in which points

1733would be awarded in the evaluation process. Prior to the submission of the

1746proposals, no vendor formally challenged any provision in the RFP as being

1758unreasonable, ambiguous, or otherwise unlawful in any respect. A number of

1769provisions within RFP 91-002 are relevant to this controversy and are cited

1781below.

17829. First, there is a general requirement found in Article VIII which

1794requires all responses to be prepared in a manner consistent with the

1806requirements of the RFP. More specifically, this article provided that

1816Respondents must follow the proposal format

1822as set forth under Section III in this

1830request for proposal. The provider shall

1836refer to the request for proposal to ensure

1844all required information is submitted. By

1850following the designed format of proposals,

1856respondents will have a uniform method of

1863presenting information helping assure

1867complete fairness by the review team in

1874evaluating proposals.

187610. Next, Article VII set forth those documents that were required to be

1889submitted with the proposal. Among them was a requirement in paragraph 1 that

1902the vendor submit "evidence that the organization is a legal entity." The

1914purpose of this requirement was to ensure that DPR could enforce the agreement

1927in the event the successful firm later attempted to back out of its commitment.

194111. The RFP also prescribed twenty-three major services that were within

1952the scope of work to be provided by the successful firm. Indeed, the RFP stated

1967in unequivocal language that "(t)he provider shall perform the following

1977services as outlined below." (Emphasis added) Specifically, paragraphs 22 and

198723 of Article III specified that the successful firm would

199722. Furnish to each candidate an unofficial

2004grade report at the examination site at no

2012additional cost to the candidate according to

2019specifications approved by the Department.

202423. Maintain an office/center in the greater

2031Orlando area.

2033These two requirements, both unambiguous, were reasonably construed by

2042participating vendors to mean that (a) the successful firm would furnish, at no

2055cost to the candidate, on-site grade reports to those candidates who desired an

2068unofficial grade after the examination was completed, and (b) the successful

2079firm would maintain an office in the Orlando area to provide technical and other

2093assistance to Commission and Division personnel regarding the examination. The

2103interpretation as to paragraph 23 was especially reasonable since it conformed

2114to clarifying information given to vendors at the pre-bid conference prior to

2126the submission of proposals for RFP 91-009. Finally, despite DPR's contention

2137to the contrary at hearing, the requirements in paragraphs 22 and 23 were

2150considered material by the Division and Commission.

215712. From DPR's perspective, an important consideration was the costs to be

2169charged both the candidate who sat for the examination and the candidate who

2182made application but did not take the examination. This was because DPR's

2194experience indicated that each year a large number of candidates apply for the

2207examination but then fail to appear and sit for the examination. Indeed, during

2220the most recent fiscal year of record, DPR had received 38,886 applications to

2234take the various real estate and appraiser examinations but almost 3,000 did not

2248appear. These figures were contained in RFP 91-009 and thus were available to

2261all vendors, including AMP. Accordingly, DPR inserted a provision in the RFP

2273directing each vendor to develop a cost schedule reflecting the cost for both

2286the candidates scheduled for examination and the candidates who were actually

2297examined. This material requirement was embodied in paragraph 1 of Article VI,

2309which provided the following instructions to the vendors:

2317The costs schedule for this proposal shall be

2325priced on a per candidate examined for the

2333first year and each of the option years

2341provided. *Differences between the number of

2347candidates scheduled for exam and the number

2354of candidates examined shall be compensated

2360for at a specific rate per candidate to be

2369set forth by the provider.* (Emphasis added

2376between *)

2378The above provision was consistent with the manner in which the existing

2390contract holder (PTS) had calculated its candidate costs for DPR during the

2402preceding five years. Very simply, this meant that the proposal had to include

2415one cost figure for candidates examined and another cost figure for scheduled

2427candidates who did not appear.

243213. In calculating the costs for scheduled candidates, Appendix I, Section

2443IV, page 3 of 3, required that all vendors develop a cost for services,

2457including a "cost per candidate scheduled" to be made up of eight cost

2470components: scan sheet costs, examination booklet production costs, scanning

2479and microfilming costs, on-site grading costs, scoring costs, grade

2488reporting/grade summary costs, security costs, and item bank maintenance costs.

2498Therefore, each vendor was required to segregrate its costs per candidate into

2510the eight prescribed categories, with the sum of those eight components

2521representing the total costs per candidate scheduled.

2528D. The Responses

253114. A copy of AMP's proposal filed on September 20, 1991, is found at

2545pages 257 through 392 of petitioner's exhibit 1. In response to the requirement

2558that the vendor give "evidence that the organization is a legal entity", AMP

2571responded that it was a private stock corporation incorporated in 1982 in the

2584State of Kansas. Although AMP represented that "a Certificate of Good Standing

2596with the State of Kansas is available upon request," no such certificate was

2609enclosed with its proposal. Documentation offered by PTS confirmed that AMP is

2621not a Florida corporation, and there is no evidence to show that AMP, as an out-

2637of-state corporation, has registered with the Department of State to transact

2648business in the State of Florida.

265415. In its proposal, AMP provided an overall price "per candidate" but

2666failed to differentiate between the costs incurred for candidates examined and

2677candidates who were scheduled to take the examination but did not appear. This

2690was contrary to the requirement in Article VI that such costs be identified for

2704both categories and caused the proposal to be nonresponsive in a material

2716respect.

271716. Although the RFP specifically required the vendor to set out eight

2729cost components in developing the cost per candidate scheduled, AMP submitted

2740nine specific costs as follows:

27451. Test Development $3.72

27492. Scan Sheet 0.10

27533. Examination Booklet Production 2.47

27584. Scanning 1.01

27615. Scoring 1.05

27646. Grade Tape Preparation 0.43

27697. Security 0.32

27728. Item Bank Maintenance 0.50

27779. On-Site Grading 0.20

2781TOTAL $9.80

2783It should be noted that the first item, "Test Development" costs, which included

279638 percent of AMP's total price, was not a category contained in or authorized

2810by the RFP. Thus, the proposal was nonresponsive in this material respect.

282217. According to its proposal, AMP did not intend to maintain an

2834office/center in the greater Orlando area. Rather, it proposed that:

2844as an alternative to staffing an office in

2852Orlando, AMP proposes to conduct regular

2858monthly meetings in Orlando with the Division

2865and key AMP project staff, typically the

2872doctorate level Program Director and a Test

2879Development Specialist. AMP will bring its

2885portable computer equipment, and paper and

2891computer files of the draft test and the item

2900banks to these meetings. Any changes to

2907examinations, as required by the Division,

2913can then be immediately made in the draft

2921tests and reviewed by the Division. It is

2929AMP's opinion that this procedure will

2935provide the Division with the direct

2941responsiveness desired, and ensure efficient

2946communication between the Division and the

2952key project staff, without information being

2958filtered through a lesser qualified

2963individual in a satellite office. Additional

2969urgent concerns can be discussed using the

2976telephone or FAX equipment with the Program

2983Director. (page 272, petitioner's exhibit 1)

2989By filing this response, AMP contravened the material requirement in paragraph

300023 of Article III that it maintain an office/center in the greater Orlando area.

301418. In response to the material requirement that it "furnish to each

3026candidate an unofficial grade report at the examination site at no additional

3038cost to the candidate according to specifications approved by the Department",

3049AMP responded that it would:

3054train the Department's test administration

3059personnel to use this equipment to this end

3067. . . . AMP's cost proposal is based on using

3078the Department's personnel. If this is not

3085possible, an additional per candidate fee

3091will be determined based on using AMP

3098personnel.

3099Thus, AMP's response unilaterally modified the RFP requirement that AMP

3109personnel rather than DPR personnel perform the task of providing unofficial

3120grade reports at the examination site. Moreover, AMP's proposal did not state

3132what its price per candidate would be if DPR enforced the RFP requirement.

3145Under AMP's proposal, it calculated a cost of 20 cents per candidate for

3158providing this service assuming DPR personnel were used. This was $2.27 less

3170per candidate than the charge given by PTS ($2.47). Thus, AMP gained an

3183economic advantage by its failure to provide on-site grading with its own

3195personnel. Accordingly, this portion of the proposal was nonresponsive.

320419. The proposal of PTS was responsive to the RFP in all respects. This

3218finding was not contradicted by DPR. It is noteworthy that two potential

3230vendors, H. H. Block & Associates, Inc., a Gainesville, Florida firm, and

3242Psychological Services, Inc., a firm located in Glendale, California, both

3252advised DPR in writing that because of the requirement in the RFP that the

3266successful vendor locate a center/office in the greater Orlando area, they would

3278not be filing a proposal. The latter two vendors were obviously prejudiced by

3291DPR's failure to advise them that it did not intend to enforce the requirement

3305in paragraph 23 of Article III. This failure by DPR to enforce the provision

3319also gave AMP an economic advantage over other vendors since AMP did not have to

3334incur the costs of operating an Orlando office.

3342E. The Evaluation Process

334620. The committee selected to evaluate the proposals was made up of six

3359individuals appointed by the Secretary of DPR. It met in Tallahassee on

3371September 30, 1991, to evaluate the proposals. The committee was chaired by

3383Ella D. Hall, a DPR psychometrician. In accordance with the instructions in the

3396RFP, the committee reviewed only the technical aspects of the proposals and did

3409not review the cost data.

341421. Article IX of the RFP outlined the responsibilities of the evaluation

3426committee and the procedure for evaluating proposals. Among other things, the

3437committee was assigned the responsibility to:

3443first determine if all required documents are

3450included, that the proposal format is

3456followed, and that all responses to the

3463request's responsibilities of the provider

3468are properly addressed. The cost data will

3475not be reviewed as part of the technical

3483evaluation.

348422. The committee utilized both a scoring guide and an evaluation guide in

3497arriving at its recommendation. A total of 300 possible points were to be given

3511to a vendor, of which 226 were related to technical matters. As noted above,

3525the committee did not consider cost in its evaluation.

353423. Contrary to Article IX of the RFP, the committee did not initially

3547determine whether the proposals were responsive. More specifically, the

3556committee did not "first determine if all required documents (were) included,

3567that the proposal format (was) followed, and that all responses to the request's

3580responsibilities of the provider (were) properly addressed." According to the

3590committee's chairperson, the committee was never told to determine if the

3601proposals were responsive before evaluating them on their merits. Indeed, the

3612chairperson assumed, albeit incorrectly, that someone else had previously

3621evaluated the proposals in terms of responsiveness. As it turned out, none of

3634the proposals were evaluated for responsiveness prior to or during the committee

3646evaluation process.

364824. Through its chairperson, the committee issued a written report on

3659October 9, 1991, recommending that AMP be awarded the contract. Although the

3671committee considered the responses by AMP and PTS to be almost equal in terms of

3686technical ratings, it gave a slight edge to AMP's proposal in the cost rating

3700and recommended that AMP be awarded the contract. NAI was a very distant third

3714in the evaluation process. Because of the committee's report, and AMP's

3725announcement on October 16, 1991, as discussed below, that its price per

3737candidate scheduled but not examined would be zero, the Commission voted 4-3 to

3750endorse the committee's recommendation. The Secretary received the proposals in

3760that posture.

3762F. Events Occurring After the Committee Evaluation

376925. On October 4, 1991, or before the contract was awarded but after the

3783committee evaluation was completed, AMP's president, Steven K. Bryant, sent a

3794letter to the Secretary of DPR. The letter was received by DPR on October 9,

38091991, and a copy of same has been received in evidence as petitioner's exhibit

38232. It provides in relevant part as follows:

3831Dear Secretary Stuart:

3834At the request of Lou Ritter, I am writing to

3844you due to our concerns about the opportunity

3852for our company to fairly compete for testing

3860services business in your state. The recent

3867rebidding of the Florida Cosmetology and Real

3874Estate Programs have generated some serious

3880questions in my mind as to whether or not it

3890is in our interest to continue to respond to

3899Florida RFPs. I hope you will investigate

3906the following concerns and use the power of

3914your office to correct these circumstances:

39201. The second RFP regarding real estate was

3928clearly written to ensure that the current

3935vendor retains the contract. The requirement

3941that the vendor have an office in Orlando

3949staffed by an individual whose only job would

3957be to serve as a liaison with the Real Estate

3967Commission makes it basically impossible for

3973any organization based outside of the state of

3981Florida to compete with the current vendor.

3988An organization such as ours cannot afford to

3996put a doctorate level individual in an office

4004in Florida to be at the beck and call of the

4015Real Estate Commission to answer examination

4021development questions and economically

4025survive. At best, we could put a clerical

4033person in an office in Orlando who would be

4042unable to answer any of the Commission's test

4050development concerns. In our response to the

4057RFP, we indicated that we would not establish

4065an Orlando office, but would provide a

4072doctoral level measurement expert and a test

4079development specialist to meet once a month

4086with the Real Estate Commission to revise the

4094real estate examinations to their

4099specifications using very highly qualified

4104individuals.

41052. The second real estate RFP also requires

4113that the examination booklets be printed and

4120shipped to Florida examination centers within

4126a seven day time frame, after the

4133examinations are reviewed by the Real Estate

4140Commission. This item was clearly written

4146for the current vendor, which is basically

4153photocopying examination materials as soon as

4159the Commission provides approval on

4164examination copy. There is no real reason

4171why the examinations could not be reviewed

4178and approved by the state to allow a longer

4187time frame for printing, so that higher

4194quality offset printed examination booklets

4199could be prepared and shipped to Florida by

4207a vendor residing out of state. In fact, we

4216could provide several months of examinations

4222in advance for the Commission's approval and

4229avoid the crisis mode of printing which a

4237seven day turnaround would cause. Although,

4243we could provide the seven day turnaround

4250through the use of overnight air carriers and

4258the like, clearly the Real Estate Commission

4265had in mind the current vendor when making

4273this unreasonable requirement.

4276* * *

4279The letter also carries a handwritten note by the Secretary in the upper right

4293hand corner which reads "Discussed with Lou Ritter/Steve Bryant - file 10/21".

4306According to the Secretary, Ritter (a former Secretary of DPR) is now a

4319consultant for AMP. The Secretary acknowledged that he spoke with Ritter and

4331Bryant concerning the letter and advised them the agency was proceeding with the

4344RFP. The Secretary's assertion that he followed up on the letter only to the

4358extent that he wanted to ascertain if AMP had been unfairly penalized in the

4372evaluation process was not contradicted.

437726. On October 16, 1991, Bryant sent a second letter on behalf of AMP to

4392the Secretary of DPR. It read as follows:

4400Dear Secretary Stuart:

4403This is to confirm our telephone discussion

4410regarding our price proposal for RFP #92-002

4417(sic) for Real Estate Examination Services.

4423Since the RFP calls for AMP to provide

4431examination booklets to the test centers the

4438department administers, it was our intention

4444to charge the state $9.80 per candidate

4451tested, based on the number of answer sheets

4459actually scored by AMP. Thus, there would

4466not be a charge for candidates who do not

4475appear for testing.

4478Thank you for the opportunity to provide this

4486information. Please let me know if there are

4494any other questions.

4497The above letter was solicted by the Secretary after he and Bryant spoke by

4511telephone on or about October 15, 1991. The purpose of the letter was to allow

4526AMP to clarify and amend its proposal which failed to include a cost for

4540candidates who were scheduled to take the examination but did not appear. In

4553contrast, neither PTS nor NAI were offered the opportunity to clarify or change

4566their proposals after being filed. Thus, AMP was allowed to correct a material

4579deviation from the terms of the RFP thereby giving it an advantage over its

4593competitors. The contract was thereafter awarded to AMP on or about October 24,

46061991.

4607G. Summary of Errors in the RFP Process

461527. By failing to file evidence that it was a "legal entity", failing to

4629file a cost per candidate scheduled but not examined, and submitting a price per

4643candidate based on nine cost components rather than the prescribed eight, AMP

4655failed to follow the proposal format required of all vendors by Article VIII.

466828. AMP's proposal was materially nonresponsive in four respects. First,

4678it failed to differentiate between costs incurred for candidates examined and

4689candidates who were scheduled but did not appear. Second, it utilized nine cost

4702components in developing the cost per candidate scheduled instead of the eight

4714components specified by the RFP. Third, in declining to establish an office in

4727the greater Orlando area, AMP deviated from a material requirement. Fourth,

4738contrary to the RFP, AMP proposed that DPR personnel rather than its own

4751personnel provide unofficial grade reports to candidates at the examination

4761sites. If this was unsatisfactory to DPR, AMP proposed to assess DPR an

4774unspecified charge for providing this service.

478029. By waiving the enforcement of a material requirement (paragraph 23,

4791Article III) after the proposals had been filed and evaluated, DPR gave a

4804competitive advantage to AMP not enjoyed by other vendors. Further, by allowing

4816AMP to correct a material variance from the RFP on October 16, 1991, as to the

4832price charged for candidates scheduled but who did not take the examination, DPR

4845gave a competitive advantage to AMP not enjoyed by other vendors.

485630. Collectively, these considerations support a finding that (a) the

4866proposal submitted by AMP was materially nonresponsive and should be rejected,

4877and (b) DPR created unfair competition and favoritism by waiving material

4888requirements and allowing AMP to amend its proposal after being filed and

4900evaluated.

4901CONCLUSIONS OF LAW

490431. The Division of Administrative Hearings has jurisdiction of the

4914subject matter and the parties hereto pursuant to Subsection 120.57(1), Florida

4925Statutes (1989).

492732. As the party challenging the award of the contract, PTS must prove by

4941a preponderance of the evidence that DPR's action was improper. Cf. Capeletti

4953Bros., Inc. v. State, Department of General Services, 432 So.2d 1359, 1363-64

4965(Fla. 1st DCA 1983) (no error in requiring challenging party in bid proceeding

4978to bear burden of proving agency action incorrect).

498633. As a general rule, the scope of inquiry in a bid proceeding is limited

5001to determining "whether the agency acted fraudulently, arbitrarily, illegally,

5010or dishonestly." Department of Transportation v. Groves-Watkins Constructors,

5018530 So.2d 912, 914 (Fla. 1988). See also, City of Cape Coral v. Water Services

5033of America, Inc., 567 So.2d 510, 513 (Fla. 2d DCA 1990). Although the Groves-

5047Watkins case involved the review of a final agency order rejecting all bids, and

5061not, as here, the award of a contract to the apparent successful vendor, the

5075same standard applies in both types of proceedings. Scientific Games, Inc. v.

5087Dittler Brothers, Inc., 586 So.2d 1128, 1131 (Fla. 1st DCA 1991). Thus, the

5100undersigned is required to honor the rule that a public body has "wide

5113discretion" in the bidding process and its decision, when based on an honest

5126exercise of the discretion, should not be overturned "even if it may appear

5139erroneous and even if reasonable persons may disagree." Id. at 1131.

5150Notwithstanding this broad grant of discretionary power, the acceptance of a

5161proposal which is not materially responsive to the RFP would be unlawful, and

5174therefore arbitrary, and the agency does not have the discretion to do so.

5187Accordingly, the principal inquiry in this proceeding is whether AMP's proposal

5198was responsive in all material respects. If it was not, AMP's proposal should

5211be rejected.

521334. By a preponderance of the evidence, PTS has established that AMP's

5225proposal in response to RFP 91-002 was materially nonresponsive. In addition,

5236the agency created unfair competition or favoritism by waiving material

5246requirements in the RFP and allowing AMP to amend its proposal after all

5259proposals had been filed and evaluated. Since the acceptance of a materially

5271nonresponsive proposal was unlawful and thus arbitrary, the proposal submitted

5281by AMP should be rejected and the contract awarded to one of the other vendors

5296who filed a response. Dr. C. J. Courtney v. Department of Health and

5309Rehabilitative Services, 581 So.2d 621, 623 (Fla. 5th DCA 1991)(it is not a

5322function of the hearing officer to reweigh the award factors and recommend the

5335award of the contract to a particular vendor).

5343RECOMMENDATION

5344Based on the foregoing findings of facts and conclusions of law, it is,

5357RECOMMENDED that a final order be entered by respondent rejecting the

5368proposal filed by Applied Measurement Professionals, Inc. in response to RFP 91-

5380002 and awarding the contract to one of the other vendors who filed a response.

5395DONE and ENTERED this 3rd day of January, 1992, in Tallahassee, Florida.

5407___________________________________

5408DONALD R. ALEXANDER

5411Hearing Officer

5413Division of Administrative Hearings

5417The DeSoto Building

54201230 Apalachee Parkway

5423Tallahassee, Florida 32399-1550

5426(904) 488-9675

5428Filed with the Clerk of the

5434Division of Administrative Hearings

5438this 3rd day of January, 1992.

5444APPENDIX

5445Petitioner:

54461. Partially adopted in finding of fact 1.

54542. Partially adopted in findings of fact 11, 12, 13 and 22.

54663. Partially adopted in findings of fact 6 and 7.

54764. Partially adopted in finding of fact 7.

54845. Partially adopted in findings of fact 2, 3 and 4.

54956. Partially adopted in finding of fact 24.

55037. Partially adopted in findings of fact 10 and 14.

55138. Partially adopted in findings of fact 7, 11, 17, 19 and

552529.

55269. Partially adopted in findings of fact 11, 18 and 29.

553710. Partially adopted in findings of fact 12, 15, 28 and 29.

554911. Partially adopted in findings of fact 13, 16, 28 and 29.

5561Respondent:*

55621. Partially adopted in finding of fact 1.

55702-3. Partially adopted in finding of fact 22.

55784. Partially adopted in findings of fact 1, 20 and 24.

55895. Partially adopted in finding of fact 24.

55976. Partially adopted in finding of fact 13.

56056a. Partially adopted in findings of fact 3, 15 and 19.

56166b. Rejected as being contrary to the evidence.

56246c. Partially adopted in finding of fact 16.

56327-8. Partially adopted in finding of fact 24.

56409-10. Partially adopted in finding of fact 26.

564811. Partially adopted in findings of fact 10 and 14.

565812. Partially adopted in finding of fact 16.

566613. Partially adopted in finding of fact 17. The second

5676sentence is specifically rejected as being contrary to

5684the evidence.

568614. Partially adopted in finding of fact 16.

569415. Partially adopted in finding of fact 11.

570216. Partially adopted in finding of fact 18.

571017. Rejected as being unnecessary.

5715* Respondent's proposed findings of fact included numbers 4, 5, 6, 4, 5, 6.

5729Therefore, the second set of findings numbered 4, 5 and 6 have been renumbered

57436a, 6b and 6c for purposes of this Appendix.

5752Note - Where a proposed finding has been partially adopted, the remainder has

5765been rejected as being irrelevant, unnecessary, subordinate, not supported by

5775the evidence, redundant, or a conclusion of law.

5783COPIES FURNISHED:

5785Joseph W. Lawrence, II, Esquire

5790Post Office Box 1116

5794Fort Lauderdale, FL 33302

5798Vytas J. Urba, Esquire

58021940 North Monroe Street, Suite 60

5808Tallahassee, FL 32399-0792

5811George Stuart, Secretary

5814Department of Professional

5817Regulation

58181940 North Monroe Street

5822Tallahassee, FL 32399-0750

5825Jack L. McRay, Esquire

58291940 North Monroe Street, Suite 60

5835Tallahassee, FL 32399-0792

5838NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

5844All parties have the right to submit written exceptions to this Recommended

5856Order. All agencies allow each party at least 10 days in which to submit

5870written exceptions. Some agencies allow a larger period within which top submit

5882written exceptions. You should contact the agency that will issue the final

5894order in this case concerning agency rules on the deadline for filing exceptions

5907to this Recommended Order. Any exceptions to this Recommended Order should be

5919filed with the agency that will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
Date: 01/24/1992
Proceedings: Final Order filed.
PDF:
Date: 01/03/1992
Proceedings: Recommended Order
PDF:
Date: 01/03/1992
Proceedings: Recommended Order sent out. CASE CLOSED. Hearing held 12/02/91.
Date: 12/27/1991
Proceedings: Letter to Vytas J. Urba from Joseph W. Lawrence, II (re: Ltr of December 11, 1991) filed.
Date: 12/20/1991
Proceedings: (Respondent) Transcript of Informal Hearing w/Proposed Recommended Order filed.
Date: 12/20/1991
Proceedings: Recommended Order w/cover ltr filed. (From Joseph W. Lawrence, II)
Date: 12/16/1991
Proceedings: Letter to DRA from J. Lawrence (re: Proposed Recommended Order`s) filed.
Date: 12/13/1991
Proceedings: cc: Letter to J. Lawrence from V. Urba (re: Proposed Recommended Order`s) filed.
Date: 12/11/1991
Proceedings: CC Letter to DRA from Joseph W. Lawrence, II (re: filing PRO) filed.
Date: 12/10/1991
Proceedings: Deposition of Ella D. Hall filed.
Date: 12/10/1991
Proceedings: (1 book binder) Exhibits w/cover ltr filed. (From Vytas J. Urba)
Date: 12/09/1991
Proceedings: Transcript (Volumes 1&2) filed.
Date: 12/02/1991
Proceedings: CASE STATUS: Hearing Held.
Date: 12/02/1991
Proceedings: (Petitioner) Notice of Taking Deposition Duces Tecum; Notice to Produce at Trial filed.
Date: 12/02/1991
Proceedings: (Petitioner) Notice to Produce at Trial filed.
Date: 11/27/1991
Proceedings: Motion to Continue the Taking of Deposition filed.
Date: 11/21/1991
Proceedings: Notice of Hearing sent out. (hearing set for Dec. 2, 1991; 9:00am; Tallahassee).
Date: 11/18/1991
Proceedings: Agency referral letter; Formal Bid Protest and Petition for Administrative Hearing; Petitioner`s Second Amendment To Formal Protest; Petitioner`s Amendment to Formal Bid Protest filed.

Case Information

Judge:
D. R. ALEXANDER
Date Filed:
11/18/1991
Date Assignment:
11/20/1991
Last Docket Entry:
01/24/1992
Location:
Tallahassee, Florida
District:
Northern
Agency:
Department of Business and Professional Regulation
Suffix:
BID
 

Related DOAH Cases(s) (1):

Related Florida Statute(s) (2):