92-000339BID Systems/Software/Solutions vs. Department Of Transportation
 Status: Closed
Recommended Order on Thursday, March 12, 1992.


View Dockets  
Summary: Petitioner failed to prove that variation in scoring bids by evaluation committee was arbitrary or dishonest

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8SYSTEMS/SOFTWARE/SOLUTIONS, )

10)

11Petitioner, )

13)

14vs. ) CASE NO. 92-0339BID

19)

20DEPARTMENT OF TRANSPORTATION, )

24)

25Respondent. )

27_________________________________)

28RECOMMENDED ORDER

30Pursuant to notice, the above-styled matter was heard before the Division

41of Administrative Hearings by its duly designated Hearing Officer, Daniel M.

52Kilbride, on January 31, 1992, in Tallahassee, Florida. The following

62appearances were entered:

65APPEARANCES

66For Petitioner: Donald F. Louser - Qualified

73Representative

74Systems/Software/Solutions

75657 Sabal Lake Dr., #101

80Longwood, Florida 32770

83For Respondent: Susan P. Stephens

88Assistant General Counsel

91Department of Transportation

94605 Suwannee Street, MS-58

98Tallahassee, Florida 32399-0458

101STATEMENT OF THE ISSUES

105Whether Department of Transportation acted fraudulently, arbitrarily,

112capriciously, illegally, or dishonestly in issuing its intent to award RFP-DOT-

12391/92-9012 bid to Trauner Consulting Services.

129PRELIMINARY STATEMENT

131By formal protest filed on December 30, 1991, Petitioner,

140Systems/Software/Solutions (hereinafter "Systems"), challenged Respondent's,

146Department of Transportations's (hereinafter "DOT") intent to award RFP-DOT-

15691/92-9012 to Trauner Consulting Services. This matter was referred to the

167Division of Administrative Hearings on January 16, 1992. Thereafter, the

177Prehearing Order was issued January 21, 1992, and by Amended Order, the formal

190hearing was held on January 31, 1992. At the hearing, Joint Exhibits 1 through

2045 were admitted in evidence. Donald F. Louser, testified as an expert witness

217in the area of critical path method scheduling and training on behalf of

230Petitioner. Three exhibits were admitted in evidence. Two exhibits were

240offered, but objections were sustained. The depositions of Keith Davis and

251Gordon Burleson were taken on January 29, 1992, and filed for record as part of

266the Petitioner's case in chief on February 11, 1992. Respondent offered the

278testimony of Charles E. Johnson and the deposition testimony of Gordon Burleson.

290No transcript of the proceedings was ordered in this case. Each party

302filed proposed findings of fact and conclusion of law on February 28, 1992.

315Each party's proposed findings of fact have been carefully considered and

326incorporated where appropriate. My specific rulings on each party's proposals

336are contained in the Appendix to this Recommended Order.

345Based upon all of the evidence, the following findings of fact are

357determined:

358FINDINGS OF FACT

3611. Public notice that DOT was seeking competitive bids was given, and DOT

374prepared a document entitled: Request for Proposal, which set forth in detail

386all of DOT's requirements. The purpose of the RFP was to inform all potential

400bidders of the minimum requirements for submitting a responsive bid, and the

412specific criteria by which the bids would be evaluated. Specific areas of

424importance to Respondent were as follows:

430All proposals were to be submitted in two

438parts; the Technical Proposal and the Cost

445Proposal. The Technical Proposal was to be

452divided into an Executive Summary, Proposer's

458Management Plan and Proposer's Technical

463Plan. The price proposal was to be filed

471separately.

4722. The RFP requested written proposals from qualified firms to develop and

484provide training on highway and bridge construction scheduling use as it

495pertains to Department of Transportation Construction Engineers.

5023. Proposals for RFP-DOT-91/92-9012 (hereinafter "RFP"), were received and

512opened by FDOT on or about December 14, 1992. Eleven companies submitted

524proposals.

5254. The technical portions of the proposals were evaluated by a three (3)

538person committee comprised of Gordon Burleson, Keith Davis and John Shriner, all

550FDOT employees.

5525. Gordon Burleson is the Engineer of Construction Training for FDOT. He

564administers the training for FDOT engineers and engineer technicians who work in

576FDOT's Construction Bureau.

5796. John Shriner is the State Construction Scheduling Engineer for FDOT.

5907. Keith Davis is the District 7, Construction Scheduling Engineer and

601Construction Training Engineer for FDOT.

6068. The Committee members evaluated the proposals individually then met as

617a group. The Committee established no formal, uniform evaluation criteria to be

629used by all committee members.

6349. The price proposals were not revealed to the Committee members until

646after the proposals were technically evaluated and scored.

65410. The price proposals were reviewed separately by Charles Johnson of the

666Contractual Services Office, Department of Transportation.

67211. The Committee evaluated the proposals based on the general criteria

683contained in the RFP.

68712. The RFP listed the criteria for evaluation to include:

697Technical Proposal

699Technical evaluation is the process of

705reviewing the Proposer's Executive Summary,

710Management Plan and Technical Plan for

716understanding of project qualifications,

720technical approach and capabilities, to

725assure a quality project.

729Price Proposal

731Price analysis is conducted by comparison of

738price quotations submitted.

74113. The RFP established a point system for scoring proposals. Proposer's

752management and technical plans were allotted up to 40 points each, 80 percent of

766the total score. The price proposed was worth up to 20 points, or 20 percent of

782the total score.

78514. Petitioner's proposal was given a total score of 90 points out of a

799possible 100.

801auner's proposal was given a total score of 92.04 points out of a

814possible 100.

81616. Petitioner's was ranked highest for price proposal, and received a

827total of 20 points for its proposed price of $18,060.

838auner's proposed price was $24,500, the next lowest after Petitioner

849and received 14.74 points.

85318. The technical portion of Trauner's proposal was given a total of 77.3

866points, 38 for its Management Plan and 39.3 for its Technical Plan.

87819. The technical portion of Petitioner's proposal was given a total of 70

891points, 36.7 for its Management Plan and 33.3 for its Technical Plan.

90320. Each plan was reviewed separately by the three Committee members, The

915individual, pre-averaged scores vary with committee member, Keith Davis' score

925varying the most from the others.

93121. The Committee members did not discuss the proposals until after they

943had individually reviewed and scored them.

94922. The Committee members had discussed the criteria prior to receiving

960and evaluating the proposals.

96423. There was insufficient evidence to show that Committee members scores

975were determined by fraud, or were arbitrary, capricious, illegal, or dishonest.

986CONCLUSIONS OF LAW

98924. The Division of Administrative Hearings has jurisdiction over the

999subject matter and the parties hereto pursuant to Section 120.57(1), Florida

1010Statutes (1991).

101225. The law of Florida has established that a strong deference be accorded

1025an agency's decision in competitive bidding situations:

1032[A] public body has wide discretion in

1039soliciting and accepting bids for public

1045improvements and its decision, when based on

1052an honest exercise of this discretion, will

1059not be overturned by a court even if it may

1069appear erroneous and even if reasonable

1075persons may disagree.

1078Liberty County v. Baxter's Asphalt and Concrete, Inc., 421 So.2d 505, 507 (Fla.

10911982).

109226. In deciding Department of Transportation v. Groves-Watkins

1100Constructors, 530 So.2d 912 (Fla. 1988), the Supreme Court of Florida ruled that

1113the Liberty County decision established the standard by which an agency's

1124decision on competitive bids for a public contract should be measured when it

1137further held that the agency's discretion, as stated above, cannot be overturned

1149absent a finding of "illegality, fraud, oppression or misconduct." Groves-

1159Watkins, 530 So.2d at 913.

116427. The Groves-Watkins standard was recently reiterated in Scientific

1173Games, Inc. v. Dittler Brothers, Inc., 586 So.2d 1131 (Fla. 1st DCA 1991). In

1187Scientific Games, Inc., the Court was determining the scope of discovery to be

1200permitted in an administrative proceeding concerning the evaluation of an RFP.

1211The Court concluded that the scope of discovery must be viewed in light of the

1226proper standard of review to be employed by the Hearing Officer in these types

1240of proceeding and stated:

1244The Hearing Officer need not, in effect,

1251second guess the members of the evaluation

1258committee to determine whether he and/or

1264other reasonable and well-informed persons

1269might have reached a contrary result . . .

"1278[T]he Hearing Officer's sole responsibility

1283is to ascertain whether the agency acted

1290fraudulently, arbitrarily, illegally, or

1294dishonestly." Groves-Watkins, 530 So.2d at

1299914.

1300Scientific Games, Inc., 586 So.2d at 1131. See, also, C. J. Courtenay v.

1313Department of Health and Rehabilitative Services, 581 So.2d 621 (Fla. 5th DCA

13251991) (It is not the Hearing Officer's function to reweigh award factors and

1338award to protestor).

134128. In the case before the tribunal, the Petitioner has not established

1353that Respondent acted fraudulently, arbitrarily, illegally or dishonestly. The

1362Committee members followed standard FDOT procedures and evaluated the proposals

1372in light of criteria set forth in the RFP. The fact that one Committee member

1387scored Petitioner's proposal lower than the other two Committee members did,

1398does not invalidate the review process.

140429. The burden is on the Petitioner to show that FDOT's evaluation and

1417selection of Trauner's proposal was beyond the bounds of its discretion as a

1430state agency. Petitioner has simply failed to meet that burden. Requests for

1442proposals necessarily require some subjectivity in the review process. That is

1453why the committee process is used to evaluate the bids, and variations in

1466scoring can be expected among its members.

147330. The Respondent's evaluation of the proposals was neither arbitrary nor

1484capricious. The testimony and evidence demonstrated that the Committee reviewed

1494all of the proposals using the criteria set forth in the RFP. Its determination

1508that the Trauner proposal was the best overall, was made by review of the

1522proposal in light of the criteria set forth in the RFP.

1533RECOMMENDATION

1534Based on the foregoing findings of fact and conclusions of law, the

1546evidence of record, the candor and demeanor of the witnesses, and the pleadings

1559and arguments of the parties, it is

1566RECOMMENDED that Respondent, Department of Transportation enter a Final

1575Order dismissing the protest filed herein by Petitioner,

1583Systems/Software/Solutions and awarding RFP-DOT-91/92-9012 to Trauner Consulting

1590Services.

1591DONE and ENTERED this 12th day of March, 1992, in Tallahassee, Florida.

1603___________________________________

1604DANIEL M. KILBRIDE

1607Hearing Officer

1609Division of Administrative Hearings

1613The DeSoto Building

16161230 Apalachee Parkway

1619Tallahassee, Florida 32399-1550

1622(904)488-9675

1623Filed with the Clerk of the

1629Division of Administrative Hearings

1633this 12th day of March, 1992.

1639APPENDIX

1640Respondent's Proposed Findings of Fact:

1645Accepted in substance: paragraphs - 1,2,3,4,5,6,7,8,

16589,10,11,12,13,14,15,16,17,18,19,20,21

1671Petitioner's Proposed Findings of Fact:

1676Accepted in substance: paragraphs - 1,5,11(in part)

1685Rejected as not supported by the greater weight of evidence

1695or irrelevant: paragraphs 2,3,4,6,7,8,9,10,11(in part),12

1709COPIES FURNISHED:

1711Donald F. Louser, Qualified

1715Representative

1716Systems/Software/Solutions

1717657 Sabal Lake Dr, #101

1722Longwood, Florida 32779

1725Susan P. Stephens, Esquire

1729Assistant General Counsel

1732Department of Transportation

1735605 Suwannee Street, MS-58

1739Tallahassee, Florida 32399-0458

1742Ben G. Watts, Secretary

1746Department of Transportation

1749Attn: Eleanor F. Turner, MS-58

1754Haydon Burns Building

1757605 Suwannee Street

1760Tallahassee, Florida 32399-0458

1763Thornton J. Williams, Esquire

1767General Counsel

1769Department of Transportation

1772Haydon Burns Building

1775605 Suwannee Street

1778Tallahassee, Florida 32399-0458

1781NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

1787All parties have the right to submit written exceptions to the Recommended

1799Order. All agencies allow each party at least 10 days in which to submit

1813written exceptions. Some agencies allow a larger period within which to submit

1825written exceptions. You should consult with the agency that will issue the

1837final order in this case concerning their rules on the deadline for filing

1850exceptions to this Recommended Order. Any exceptions to this Recommended Order

1861should be filed with the agency that will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
Date: 04/09/1992
Proceedings: Final Order filed.
PDF:
Date: 04/07/1992
Proceedings: Agency Final Order
PDF:
Date: 04/07/1992
Proceedings: Recommended Order
PDF:
Date: 03/12/1992
Proceedings: Recommended Order sent out. CASE CLOSED. Hearing held 1-31-92.
Date: 02/28/1992
Proceedings: Petitioners Proposed Findings of Fact and Conclusions of Law filed.
Date: 02/28/1992
Proceedings: Respondent`s Proposed Findings of Fact and Conclusions of Law filed.
Date: 02/19/1992
Proceedings: Deposition of Keith Davis filed.
Date: 02/11/1992
Proceedings: (Telephonic) Deposition of Gordon Burleson w/Notice of Filing Deposition of Gordon Burleson filed.
Date: 01/31/1992
Proceedings: CASE STATUS: Hearing Held.
Date: 01/31/1992
Proceedings: (Respondent) Notice of Taking Deposition filed.
Date: 01/31/1992
Proceedings: (Respondent) Notice of Compliance With Prehearing Order filed.
Date: 01/31/1992
Proceedings: Joint Prehearing Stipulation filed.
Date: 01/23/1992
Proceedings: Amended Notice of Hearing sent out. (hearing set for Jan. 31, 1992; 10:00am; Tallahassee).
Date: 01/21/1992
Proceedings: Prehearing Order sent out. (hearing set for 1/30/92; 10:00am; Tallahassee).
Date: 01/16/1992
Proceedings: Agency referral letter; Petition for Formal Administrative Hearing, letter form filed.

Case Information

Judge:
DANIEL M. KILBRIDE
Date Filed:
01/16/1992
Date Assignment:
01/17/1992
Last Docket Entry:
04/09/1992
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related DOAH Cases(s) (1):

Related Florida Statute(s) (1):