BJ's Fleet Wash, LLC v. Transit Authority of the City of Omaha

CourtDistrict Court, D. Nebraska
DecidedNovember 20, 2019
Docket8:17-cv-00023
StatusUnknown

This text of BJ's Fleet Wash, LLC v. Transit Authority of the City of Omaha (BJ's Fleet Wash, LLC v. Transit Authority of the City of Omaha) is published on Counsel Stack Legal Research, covering District Court, D. Nebraska primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
BJ's Fleet Wash, LLC v. Transit Authority of the City of Omaha, (D. Neb. 2019).

Opinion

IN THE UNITED STATES DISTRICT COURT FOR THE DISTRICT OF NEBRASKA

BJ'S FLEET WASH, LLC,

Plaintiff, 8:17CV23

vs. MEMORANDUM AND ORDER TRANSIT AUTHORITY OF THE CITY OF OMAHA; and GOODWILL INDUSTRIES, INC., Serving Eastern Nebraska and Southwest Iowa a Nonprofit Organization,

Defendants.

This matter is before the Court on the Motion for Summary Judgment, ECF No. 134, filed by Defendant Transit Authority of the City of Omaha (Metro), and the Motion for Summary Judgment, ECF No. 136, filed by Defendant Goodwill Industries, Inc., Serving Eastern Nebraska and Southwest Iowa a Nonprofit Organization, (Goodwill). For the following reasons, the motions will be granted. BACKGROUND The parties, in their briefs, provided numbered paragraphs of facts with pinpoint citations to admissible evidence in the record, in compliance with NECivR 56.11 and

1 See NECivR 56.1(b)(1): The party opposing a summary judgment motion should include in its brief a concise response to the moving party’s statement of material facts. Each material fact in the response must be set forth in a separate numbered paragraph, must include pinpoint references to affidavits, pleadings, discovery responses, deposition testimony (by page and line), or other material upon which the opposing party relies, and, if applicable, must state the number of the paragraph in the movant’s statement of material facts that is disputed. Properly referenced material facts in the movant’s statement are considered admitted unless controverted in the opposing party’s response. Federal Rule of Civil Procedure 56. Unless otherwise stated, the following facts are those that appear uncontested. Metro is a political subdivision established under Nebraska law2 to provide public transportation to the Omaha metropolitan area. Metro receives federal funding pursuant to the Federal Transit Act, 49 U.S.C. § 5301 et seq. Metro is governed by a five-person

board of directors appointed by the Mayor of Omaha. Amy Haase is a member of Metro’s board of directors. Haase has been an equity owner of the design and architectural firm RDG Planning & Design (RDG) since at least 2002. She works as an urban planner for RDG. She was a partner in 2012 and is currently a principal. RDG did design work for Goodwill from 2009–14. Haase did not provide services to Goodwill, nor did Goodwill ever request services from RDG’s urban planning division. RDG has not provided services to Goodwill since 2014. Metro maintains a fleet of approximately 150 city buses and maintains covered shelters at approximately fifty stops throughout the Omaha Metropolitan Area. Prior to

2009, Metro employees cleaned, serviced, and maintained the buses and shelters. In 2009, Metro contracted with Goodwill for the cleaning of the bus interiors and covered shelters. After the contract expired in October 2012, Goodwill continued to perform the work on a month-to-month basis for approximately two years. In 2013, Metro issued a Request for Competitive Proposals (RFCP) for the cleaning of the city bus interiors and covered shelters (Project 08-13). Metro received

2 Neb. Rev. Stat. § 14-1801 et seq. four bids for Project 08-13. Goodwill submitted a bid. Plaintiff BJ’s Fleet Wash, LLC3 (BFW), whose sole member, Rodney Johnson, is African-American submitted a bid as well. During a board meeting on June 27, 2013, Metro staff recommended to the board of directors that Project 08-13 be awarded to Goodwill. At that meeting, BFW and one other bidder raised an issue with the quality of the work currently being done by Goodwill

and expressed concern that disadvantaged business entities were not given credit under the RFCP criteria. BFW filed a formal pre-award protest on July 23, 2013. The protest raised two primary complaints and requested that Goodwill be excluded from competing. First, BFW argued that Metro and Goodwill had an organizational conflict of interest because of their ongoing relationship. BFW claimed that because of this relationship, Goodwill set the scope and specifications of the work which eventually came to be Project 08-13, giving Goodwill an unfair advantage. Second, BFW argued that Metro did not follow Federal Transit Administration regulations regarding disadvantaged business entities and small

businesses. On July 30, 2013, Metro’s Executive Director, Curt Simon, rejected BFW’s protest. On August 5, 2013, BFW appealed Simon’s rejection to Metro’s board of directors. On August 20, 2013, then-chairman, Michael Young, responded to BFW’s appeal and informed BFW that the board intended to reject all bids. On September 5, 2013, Metro’s board publicly announced that it would reject all bids for Project 08-13 and it intended to issue a new request for proposals. Haase voted in favor of rejecting all bids.

3 At the time of bidding for Project 08-13, Johnson was doing business as a sole proprietor under the name of BJ’s Mobile Wash and owned a corporation called BJ’s Unlimited Enterprises, Inc. However, it is uncontested that the entity is now BJ’s Fleet Wash, LLC. On April 13, 2015, Metro issued an invitation to bid for cleaning services of its transit centers and bus stop shelters (Project 03-15). Two bids were received for Project 03-15—one from BFW and one from Goodwill. On May 28, 2015, Metro’s board awarded BFW the contract for Project 03-15. Haase voted in favor of the award. On May 29, 2015, Metro issued an RFP for the cleaning of the transit fleet interiors

(Project 08-15). This bid was to be a two-step process. The first step was to be an unpriced bid in order to determine whether a bidder was considered a “responsible bidder.” Whether the bidder was responsible was determined by the bidder’s technical proposal, past performance, reputation, financial capabilities, and other criteria. Metro then would allow bidders it considered qualified to submit a priced technical bid. Metro received two first-step bids for Project 08-15—one from BFW and one from Goodwill. These bids were reviewed by an evaluation committee composed of three internal representatives: one member from Metro’s marketing department, one from its maintenance department, and one from its custodial department; and two external

representatives: one from the University of Nebraska Omaha, and one from the Omaha- Council Bluffs Metropolitan Area Planning Agency. The evaluators graded the bids on four weighted criteria: 1) experience and qualifications of the offeror firm and staff to perform the tasks (35%); 2) adequacy of proposed project management and resources to be utilized (25%); 3) adequacy of character, reputation, judgment, and past performance—including references (20%); and 4) adequacy of financial resources and capability of the offeror to fully implement and perform the work (20%). ECF No. 135-20. The evaluation committee determined that BFW was not a qualified bidder—each evaluator citing concern for BFW’s financial resources. ECF Nos. 135-14, 135-15, 135- 16, 135-17, 135-18. On July 2, 2015, Metro asked its independent auditor, Hayes & Associates, LLC (Hayes), to perform an independent evaluation of BFW. Hayes informed Metro that it was concerned that BFW lacked financial wherewithal and did not have enough infrastructure, resources, and cash flow to handle the contract. ECF No. 135- 19.4

Metro determined that BFW was not qualified to advance to the second step of the bidding process. Metro informed Johnson of BFW’s rejection on July 2, 2015. BFW appealed the rejection to Simon on July 7, 2015. On July 8, 2015, Simon denied the appeal.

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Oscar Renda Contracting, Inc. v. City of Lubbock
463 F.3d 378 (Fifth Circuit, 2006)
McDonnell Douglas Corp. v. Green
411 U.S. 792 (Supreme Court, 1973)
Patterson v. McLean Credit Union
491 U.S. 164 (Supreme Court, 1989)
Board of Comm'rs, Wabaunsee Cty. v. Umbehr
518 U.S. 668 (Supreme Court, 1996)
O'Hare Truck Service, Inc. v. City of Northlake
518 U.S. 712 (Supreme Court, 1996)
Withers v. DICK'S SPORTING GOODS, INC.
636 F.3d 958 (Eighth Circuit, 2011)
Torgerson v. City of Rochester
643 F.3d 1031 (Eighth Circuit, 2011)
Gibson v. American Greetings Corp.
670 F.3d 844 (Eighth Circuit, 2012)
Mcclintock v. Eichelberger
169 F.3d 812 (Third Circuit, 1999)
Clarence Putman v. Unity Health System
348 F.3d 732 (Eighth Circuit, 2003)
William Hitt v. Harsco Corporation
356 F.3d 920 (Eighth Circuit, 2004)
Janet M. Strate v. Midwest Bankcentre, Inc.
398 F.3d 1011 (Eighth Circuit, 2005)
Turner v. Gonzales
421 F.3d 688 (Eighth Circuit, 2005)
Johnny Briscoe v. County of St. Louis, Missouri
690 F.3d 1004 (Eighth Circuit, 2012)
HERITAGE CONSTRUCTORS v. City of Greenwood, Ark.
545 F.3d 599 (Eighth Circuit, 2008)

Cite This Page — Counsel Stack

Bluebook (online)
BJ's Fleet Wash, LLC v. Transit Authority of the City of Omaha, Counsel Stack Legal Research, https://law.counselstack.com/opinion/bjs-fleet-wash-llc-v-transit-authority-of-the-city-of-omaha-ned-2019.