22-001650BID Hft Management, Inc., D/B/A Gateway Outdoor vs. Broward County Florida
 Status: Closed
DOAH Final Order on Thursday, October 13, 2022.


View Dockets  
Summary: Petitioner proved that Respondent's decision finding Petitioner's online proposal to its revenue generating RFP to be "nonresponsive," was arbitrary and contrary to competition.

1S TATE OF F LORIDA

6D IVISION OF A DMINISTRATIVE H EARINGS

13H FT M ANAGEMENT , I NC ., D / B / A G ATEWAY

27O UTDOOR ,

29Petitioner ,

30vs. Case No. 22 - 1650BID

36B ROWARD C OUNTY F LORIDA ,

42Respondent,

43and

44V ECTOR M EDIA H OLDING C ORP .,

53Intervenor .

55/

56F INAL O RDER

60Pursuant to notice, a final hearing was held in this matter by Zoom video

74conference on July 18, 2022 , before Robert L. Kilbride, the assigned

85Administrative Law Judge ( Ñ ALJ Ò ) of the Div ision of Administrative H earings

101( Ñ DOAH Ò ) .

107A PPEARANCES

109For Petitioner: Joseph M. Goldstein, Esq uire

116Diana C. Mendez, Esq uire

121Shutts and Bowen, LLP

125200 East Broward B oulevard , S uite 2100

133F or t Lauderdale , F lorida 33301

140For Respondent : Fernando Amuchaste gui, Esq uire

148Sara F. Cohen, Esq uire

153Benjamin Salzillo, Esq uire

157Broward County Attorney Ô s Office

163115 S outh Andrews Ave nue , Suite 423

171Fort Lauderdale, Florida 33301

175For Intervenor: Mark J. Stempler, Esq uire

182Becker Poliakoff, P.A.

185625 North F lagler Drive, Floor 7

192West Palm Beach, F lorida 33401

198S TATEMENT OF T HE I SSUES

205This proceeding is to determine whether Respondent Ôs , Broward County

215(ÑCountyÒ), decision deeming Petitioner, HFT Management, Inc. , d / b / a

227Gateway Outdoor Advertising ( Ñ Ga teway Ò ) , to be nonresponsive to the

241County Ô s Request for Proposals No. T RN2122974P1 , Transit Advertising

252Program for the Transportation Department ( Ñ RFP Ò ) , is contrary to the

266County Ô s rules, policies, or the specifications of the RFP and is clearly

280erroneo us, contrary to competition, arbitrary , or capricious. A related issue is

292whether a waiver of the discrepancy as to the amount Gateway listed on the

306electronic Periscope S2G/BidSync form versus the amount Gateway listed for

316its three - year minimum annual gu arantee ( Ñ MAG Ò ) in its Revenue

332Generating Proposal would directly or indirectly affect the dollar amount

342submitted by Gateway in its response.

348P RELIMINARY S TATEMENT

352On October 21, 2021, the County issued a n RFP, soliciting proposals from

365vendors to provid e advertising services that would generate revenue for the

377County from the sale of commercial advertising placed on County buses and

389other means of transportation. Two proposals were received by the County on

401the submission deadline, one from Gateway and o ne from Intervenor, Vector

413Media Holding Corp. ( Ñ Vector Ò ).

421After processing and reviewing the proposals, on March 22, 2022 the

432County Ô s procurement staff issued a Memorandum to the County Ô s

445Evaluation Committee recommending the rejection of Gateway Ô s prop osal as

457being Ñ nonresponsive .Ò

461The Evaluation Committee met on March 23, 2022, and accepted the

472staff Ô s recommendation, finding Gateway to be nonresponsive to the RFP ,

484effectively excluding Gateway from further consideration.

490The County posted the Final Recommendation of Ranking for the RFP on

502May 2, 2022, recommending award of the contract to Vector. Gateway filed a

515timely formal protest on May 9, 2022, challenging the award. The County Ô s

529Purchasing Director denied the protest on May 12, 2022. Gateway a ppealed

541the Purchasing Director Ô s determination on May 23, 2022.

551The County referred the matter to DOAH on June 3, 2022. Vector

563subsequently intervened in these administrative proceedings.

569During the proceedings, the County moved to dismiss Gateway Ô s a ppeal.

582The County alleged that the appeal was filed late, when the deadline to file

596the appeal (the tenth calendar day) fell on a weekend. A hearing on the

610County Ô s motion was held on July 7, 2022, during which the parties provided

625additional arguments.

627On June 8, 2022, the undersigned denied the County Ô s motion without

640prejudice . 1

643On July 18, 2022, a final evidentiary hearing on the merits of Gateway Ô s

658protest was held and attended by all parties. Gateway called three witnesses :

671Craig Heard, Jr., Senio r V ice President of Marketing in Management

683Information Systems for Gateway ; Robert Gleason, Purchasing Director for

692the County ; and Peggy Cadeaux, Purchasing Manager for the County. In lieu

7041 That ruling stands and is not changed by this Final Order.

716of appearing live as a witness, Gateway offered the deposition of Evaluation

728Committee member Lina Kulikowsky, taken on July 14, 2022.

737Prior to the hearing, the parties filed a Joint Pre - hearing Stipulation ,

750listing agreed upon facts, issues of law , and exhibits. Pursuant to the parties Ô

764stipulation, Gateway Ôs Exhi bits 1 through 12, the County Ô Exhibits

7761 through 19, and Vector Ô s Exhibits 1 through 5 were received into evidence.

791Respondent Ô s Exhibit 18, a video tape of a meeting of the Evaluation

805Committee was viewed by the undersigned.

811Facts stipulated to in the Joint Pre - hearing Stipulation are outlined below

824and may be cited as Ñ Stip. Ò in this Final Order. Gateway Ôs , the County Ôs , and

842Vector Ô s e xhibits will be referred to as Ñ Pet. Ex. , Ò Ñ Resp. Ex. , Ò Ñ Interv. Ex. , Ò

864respectively, followed by the assigned exhibit n umber, and page number

875when necessary.

877F INDINGS OF F ACT

882Based on the evidence presented at the hearing, and the record as a

895whole, the undersigned makes the following findings of material and relevant

906facts:

907I. Facts from the Parties Ô Pre - h earing Stipulat ion

9191 . On October 5, 2021 (Item No. 40), the Broward County Board approved

933the RFP. On October 21, 2021, the RFP was advertised. In response, two

946proposers submitted proposals, Gateway and Vector.

9522 . The RFP required vendors to submit their three - year MAG amount

966electronically on Periscope S2G Item Response Form.

9733 . The Periscope S2G Item Response Form ( Resp. Ex. 6 , at 000185) was

988not among the forms downloadable from the link for Periscope S2G for this

1001solicitation on the County Ô s website.

10084 . The amount Ga teway listed on the electronic Periscope S2G bid

1021submittal form was $7,346,000.

10275 . Vendors were also required to submit a Revenue Generating Proposal

1039with additional details regarding their pricing.

10456 . Gateway Ô s three - year MAG listed in its Revenue Generat ing Proposal

1061was $3,336,000.

10657 . Gateway Ô s Total Revenue Generating Proposal (for Years 1 to 5) listed

1080in its Revenue Generating Proposal was $7,346,000.

10898 . The RFP expressly provided that if there was a discrepancy between

1102the Periscope S2G Item Response F orm and the MAG table amount, the

1115Proposer shall be held to the amount proposed in the Periscope S2G Item

1128Response Form.

11309 . The RFP also provided that if a discrepancy (per c ounty or p roposer)

1146between the Periscope S2G Item Response Form and the MAG table

1157identified and a p roposer requires a change to their Periscope S2G Item

1170Response Form, that p roposer shall be determined to be nonresponsive to the

1183solicitation revenue proposal requirements.

118710 . The Evaluation Committee determined Gateway Ô s Periscope S2G

1198amount of $7,346,000 was materially unbalanced because it was

1209approximately 70 percent higher than the most recent three - year MAG

1221received by the County for the same advertising services.

123011 . The RFP states Ñ The County reserves the right to waive minor

1244tec hnicalities or irregularities as is in the best interest of the County in

1258accordance with s ection 21.37(b) of the Broward County Procurement Code . Ò

1271II. Background R egarding the County Ô s Online Bidding System

12821 2. The County uses an online application to rec eive responses to

1295procurement solicitations. It is known as Periscope Holdings, Inc. , d/b/a

1305Periscope S2G ( Ñ Periscope Holdings Ò ). See generally Pet. Ex. 7.

13181 3. The online application allows the County to provide copies of the RFP

1332and instructions to propo sers by way of an online portal. Proposers who

1345access the portal are able to view and download certain RFP documents

1357provided by the County. The system also allows proposers to upload their

1369proposal documents and submit them electronically to the County. S ee Pet.

1381Ex. 12.

13831 4. The online application was originally known as BidSync. However,

1394after the application was acquired by Periscope Holdings, BidSync became

1404Periscope S2G. Pet. Ex. 8. BidSync and Periscope S2G are advertised by

1416Periscope Holdings as one a nd the same. Pet. Ex. 8.

14271 5. Significantly, however, and for purposes of the RFP, there were

1439differences in how proposers viewed the County Ô s instructions on the online

1452platform Ð depending on whether the proposer used BidSync or Periscope

1463S2G. Compare gen erally Resp. Ex. 6 at 000185, with Pet. Ex. 11 at 000196.

14781 6. As described more fully below, in addition to the RFP documents

1491uploaded by the County , the application included a non - downloadable generic

1503electronic form (the electronic form is the same for a ny agency using the

1517online bidding application) that provides a text box where proposers may

1528input pricing related to their proposals.

15341 7. In this case, if proposers accessed the system through Periscope S2 G,

1548they would see a form titled Ñ Item Response Fo rm. Ò Resp. Ex. 6 at 000185.

1565However, if they accessed the system through BidSync , they would see a

1577different form.

15791 8. There was no way of reasonably verifying, from the proposer Ô s

1593perspective, whether the electronic form they were viewing was the same as

1605the other proposers or the County w as viewing.

16141 9. Both forms included text boxes for the proposer to input the pricing

1628information related to their proposal Ð in this case, the amount of revenue

1641being offered to the County. Because the forms were generic, the County

1653included instructions on the Periscope S2 G Item Response Form regarding

1664the specific portion of the proposers Ô Revenue Generating Proposal that

1675should be inputted in the form. Resp. Ex. 6 at 000185.

16862 0. As Gateway learned later in the procureme nt process, BidSync Ô s form

1701did not display, in plain view, the same instructions that appeared in the

1714Periscope S2 G Item Response F orm. See g enerally Pet. Am . Ex. 6 at 000 8 ,

1732and Pet. Ex. 11.

17362 1. The information that proposers provided in either the BidSync or

1748Periscope S2G electronic form is collected by the application, which

1758automatically creates an electronic cover letter for the proposal , uploaded

1768into the system by each proposer. The electronic cover letter and the

1780uploaded documents are then delivered directly to the County. Resp. Ex. 17

1792at 000655 , and Pet. Ex. 10 at 000067.

18002 2. The cover letter shows the contact information for each proposer and

1813the Ñ price Ò inputted by each proposer on either the BidSync form or the

1828Periscope S2 G Item Response Form. S ee Resp. Ex. 17 at 000655 , and Pet.

1843Ex. 10 at 000067.

18472 3. In summary, the online application created by the County provided

1859two different doors or portals (BidSync and Periscope S2G) for the vendors to

1872review the RFP and submit proposals. Importantly, howe ver, the instructions

1883that the proposers saw on the application Ô s electronic pricing form were

1896different, depending on whether they used the BidSync door and form or the

1909Periscope S2 G door and form. The information that is pulled from either form

1923into the cover letter is the information that the County ultimately receives as

1936the cover letter for the proposal.

1942III. The County Ô s RFP

19482 4. On October 21, 2021, the County issued the RFP, soliciting proposals

1961from vendors to provide advertising services that wo uld generate revenue for

1973the County from the sale of commercial advertising on County buses and

1985other modes of transportation.

19892 5. The RFP required proposers to present their revenue generating

2000proposal in two ways .

20052 6. First, proposers had to download an d complete a form titled Ñ Revenue

2020Generating Proposal, Ò that was included among the RFP documents that the

2032County uploaded into the online application. Pet. Ex. 12 at 000197. According

2044to the RFP instructions, once this was completed, proposers had to uplo ad the

2058completed Revenue Generating Proposal with their proposal documents.

2066Resp. Ex. 6 at 000261 (A.2.3).

20722 7. The Revenue Generating Proposal consisted of three - pages. The first

2085page included three tables , where proposers were required to insert three

2096di stinctly different elements of their revenue proposal: (1) a MAG for an

2109i nitial three - y ear t erm, (2) a MAG for two additional option years, and (3)

2127revenue for the County derived from an element entitled Ñ Media Trade

2139Options . Ò

21422 8. At the bottom of this fo rm, on the first page, there was a line titled

2160Ñ Total Revenue Generating Proposal (for Years 1 - 5), Ò where proposers had to

2175include the sum of the values provided in the three tables at the top of the

2191form. Resp. Ex. 6 at 000246 - 000 248. Additionally, the Re venue Generating

2205Proposal had to be signed by the proposer at the end, on the third page . Resp.

2222Ex. 6 at 000248. 2

22272 9. The second way in which a proposer was to present its offering was

2242referred to in the RFP as the Ñ Periscope S2G Item Response Form. Ò The

2257P eriscope S2G Item Response Form was not included in the downloadable

2269solicitation documents. Stip. , ¶ ( 5 ) c . Instead, proposers had to navigate to the

2285Periscope S2G Item Response Form through the County Ô s online bidding

2297system.

22982 This form is displayed infra , ¶ 41.

23063 0. The RFP Special Instruct ions to Vendors directed proposers to enter

2319Ñ the three - year [MAG] amount Ò via the Periscope S2G Item Response Form

2334in order to be responsive to solicitation revenue proposal requirements.

23443 1. The RFP explained that Ñ the total points awarded for the [MAG] will

2359be based on the Proposer Ô s proposed (3) year MAG total submitted

2372electronically on the Periscope S2G Item Response Form and must match

2383MAG table totals within the Revenue Generating Proposal. Ò Resp. Ex. 6

2395at 000260 (A.2.2.3).

23983 2. RFP Special Instructi ons Section A.2.3 instructed proposers how to

2410download, complete , and upload the Revenue Generating Proposal. However,

2419there were no similar instructions on how to submit the Periscope S2G Item

2432Response Form. Resp. Ex. 6 at 000261 (A.2.3).

24403 3. In addition to the two revenue proposal forms mentioned above, the

2453RFP also required proposers to complete an Evaluation Criteria Response

2463Form ( a form that was included in the downloadable solicitation documents).

2475Resp. Ex. 6 at 000267.

24803 4. According to the RFP, the purpose of the Evaluation Criteria Response

2493Form was to assist the Evaluation Committee in evaluating and scoring the

2505proposals. Resp. Ex. 6 at 000265.

25113 5. The Evaluation Criteria Response Form provided a table listing the

2523evaluation criteria, the points available for each evaluation criterion , and a

2534column where proposers needed to indicate which portions of their proposal

2545addressed each criterion. See Resp. Ex. 6 at 000268 - 000 273.

25573 6. In short , the Evaluation Criteria Response Form served as an index or

2571summary of the proposal that allowed the Evaluation Committee members to

2582easily locate some portions of the vendorÔs proposal and evaluate those

2593criteria .

25953 7. The RFP cautioned proposers that failure to submit the completed

2607Evaluation Criteria Response Fo rm would result in their proposals not being

2619evaluated or scored for the corresponding evaluation criteria and, therefore,

2629not eligible for award of the solicitation. Resp. Ex. 6 at 000265.

26413 8. Since the Media Trade Options, MAG, and Annual Net Collection s

2654were part of the RFP evaluation criteria for scoring purposes, in addition to

2667providing such information in the Periscope S2G Item Response Form and

2678Revenue Generating Proposal, proposers also had to indicate in the

2688Evaluation Criteria Response Form wher e information about their proposed

2698MAG, Media Trade Options, and Annual Collections could be located within

2709their proposal. Resp. Ex. 6 at 000271 - 000 273.

27193 9. The RFP informed the proposers that Ñ the County reserves the right to

2734waive minor technicalities o r irregularities as is in the best interest of the

2748County in accordance with Section 21.37(b) of the Broward County

2758Procurement Code. Ò Stip. , ¶ ( 5 ) k .

2768IV. Gateway Ô s Proposal

27734 0. Gateway received two different email notifications regarding the

2783issuance of t he RFP. One came from BidSync and another from Periscope

2796S2G. Pet. Ex. 2 at 000023 - 0000 40.

28054 1. The values that Gateway included in the Revenue Generating

2816Proposal, submitted as a part of its proposal, were displayed as follows:

2828Annual Periods for Initial 3 - Year Term (three - year MAG):

2840Annual Periods for (A) (B)

2845Initial 3 - Year Term

2850Minimum Monthly Minimum Annual

2854Guarantee Guarantee

2856Year One $84,000 $1,008,000

2863Year Two $94,000 $1,128,000

2870Year Three $100,000 $1,200,000

2877TOTAL (Years 1 - 3) $3,336,000

2885Op tional Renewal Periods:

2889Annual Periods for (A) (B)

2894Optional Renewal

2896Terms Minimum Monthly Minimum Annual

2901Guarantee Guarantee

2903Optional Year Four $110,000 $1,320,000

2911Optional Year Five $120,000 $1,440,000

2919Total (Years 4 - 5) $2,760,000

2927Media Trade Optio ns :

2932Annual Periods for Initial (A) Annual Media Trade Options

29413 - Year Term

2945Year One $250,000

2949Year Two $250,000

2953Year Three $250,000

2957Total (Years 1 - 3) $750,000

2964Option Renewal Periods :

2968Annual Periods for (A)

2972Optional Renewal Terms Annual Media Trade Op tions

2980Optional Year Four $250,000

2985Optional Year Five $250,000

2990Total ( Y ears 4 - 5) $500,000

2999T otal R evenue G enerating P roposal (F or Y ears 1 - 5): $7,346,000

30174 2. The undersigned finds that on this form from Gateway , it clearly

3030distinguished between the reve nue it was offering as part of the three - year

3045MAG ($3,336,000) and the total revenue it was proposing over a five - year

3061period ($7,346,0 0 0).

306743. Gateway properly signed the Revenue Generating Proposal , as

3076required by the RFP.

30804 4 . The BidSync site that Gatew ay was permitted to use did not have a

3097Ñ Periscope S2G [Item] Response Form. Ò Instead it had a form labeled

3110Ñ BidSync Ò at the top left. Pet. Ex. 11 at 000196.

31224 5 . Notably, while the Periscope S2G Item Response Form instructed

3134proposers to input the three - yea r MAG in the one blank data field provided,

3150the form in BidSync did not. Instead, the BidSync form asked for the Ñ Total

3165Price , Ò under a dark shaded banner section entitled Ñ Offer . Ò Compare Resp.

3180Ex. 6 at 000185, with Pet. Ex. 11 at 000196.

31904 6 . Therefore, as requested on the BidSync form, Gateway entered

3202$7,346,000, in the BidSync form data box. This is the amount it had listed as

3219its Ñ Total Revenue Generating Proposal (for Years 1 - 5) , Ò It inserted this total

3235amount, rather than the $3,336,000 three - year MA G amount . Pet. Ex. 11 .

32534 7 . In the Evaluation Criteria Response Form, where it was asked about

3267the three - year MAG, Gateway referenced Tab 5 of its p roposal . Notably, this

3283Tab 5 included Gateway Ô s Revenue Generating Proposal showing a three - year

3297MAG of $3,33 6,000. Resp. Ex. 17 at 000668.

33084 8 . On December 29, 2021, Gateway and Vector were the only two

3322proposers who submitted a response to the RFP.

33304 9 . Significantly, in comparing the two proposals, Gateway offered

3341$896,000 more in advertising revenues to the Co unty over the full five - year

3357term (option years included) than Vector.

3363V. The BidSync F orm W as D ifferent from the Periscope S2G Item Response

3378Form

337950 . On February 1, 2022, Vector submitted a letter requesting that the

3392County find Gateway nonresponsive be cause of Ñ material errors regarding

3403price on the Periscope S2G Platform Ò and requested that Gateway Ô s proposal

3417Ñ be deemed non - responsive . Ò Resp. Ex. 13 at 000570.

34305 1 . On the same date, at 11:28 a.m., the County asked Gateway via email

3446whether it required a change in the amount submitted in the Periscope S2 G

3460Item Response Form. Pet. Ex. 6 at 0 0053. In response, Gateway expressed

3473some confusion and sought input from the County, but , ultimately , did not

3485ask to make any changes to the amount(s) it submitted. I d .

34985 2 . As the day progressed, Gateway and the County exchanged a flurry of

3513emails during which Gateway attempted to explain why it inserted the total

3525price ( f ive years) in the BidSync form and why it used the BidSync form . It

3543also sought input and clarifi cation from the County on what it was required

3557to do. Pet. Second Amend ment to Ex. List, Ex. 6 at 00 0001 - 00 0014. T his

3576exchange did not adequately resolve any of those issues.

35855 3 . Ultimately, all that was accomplished is that Gateway explain ed why

3599it proc essed things the way it did, and the County representative made it

3613clear that regardless of the explanation, Gateway could not make any

3624changes. If it did, it would be considered nonresponsive. Id . at 0 00 008 -

36400 00 010.

36435 4 . It was sometime after the County Ô s e mail inquiry and email exchange

3660on February 1, 2022 , that Gateway discovered that the Periscope S2 G Item

3673Response Form was different from the BidSync form which Gateway

3683reviewed when submitting its proposal.

36885 5 . Gateway, nonetheless, replied to the County expressing its firm

3700commitment to the terms of its revenue proposal: Ñ We would like to confirm

3714that we are not making any changes to the financial proposal or guarantees

3727submitted for the 3 year or option year terms. Ò Pet. Am . Ex. 6 at 0 00 001.

37465 6 . Despite Gateway Ô s confirmation and commitment to the terms of its

3761proposal, on March 22, 2022, the County Ô s Procurement Director issued a

3774Memorandum to the Evaluation Committee recommending that Gateway Ô s

3784proposal be found nonresponsive. Resp. Ex. 13 at 000567 - 000 569.

37965 7 . According to the Memorandum, Gateway Ô s proposal had to be

3810disqualified, in part, because the amount of $7,346,000 Gateway entered in

3823the electronic form was materially unbalanced as it was 70 percent more

3835than the most recent three - year MAG for th e previous solicitation. Resp.

3849Ex. 13 at 000568.

38535 8 . In the Memorandum, the Procurement Director recognized and

3864understood that Gateway Ô s three - year MAG was $3,336,000, rather than the

3880$7,346,000 that was entered by Gateway in the BidSync form. There was no

3895confusion on his part.

38995 9 . In demonstrating how the $7,346,000 was unbalanced , the

3912Procurement Director stated: Ñ It should be noted that Gateway Ô s three - year

3927MAG as stated in its Revenue Generating Proposal was $3,336,000 . Ò Resp.

3942Ex. 13 at 000568.

394660 . For his unbalanced bid analysis, the Director of Purchasing relied

3958heavily on the language of s ection 21.94 of the Broward County Procurement

3971Code in determining that Gateway Ô s bid was materially unbalanced. Resp.

3983Ex. 13 at 000568 . 3

39896 1 . Gateway was given t wo days to respond to the recommendation in the

4005Memorandum before it was presented to the Evaluation Committee on

4015March 23, 2022.

40186 2 . Gateway submitted a response explaining that the BidSync form did

4031not instruct Gateway to enter the three - year MAG. Gatew ay also explained

4045that the amount it entered in the BidSync form was consistent with its

4058Revenue Generating Proposal, and that Gateway Ô s Revenue Generating

40683 As noted infra , this reliance was flawed based on the express language used in the

4084definition of Ñ Materially Unbalanced Response . Ò

4092Proposal provided sufficient assurances to the County regarding the terms of

4103Gateway Ô s revenue propo sal. See generally Resp. Ex. 13 at 000604.

41166 3 . In essence, Gateway conveyed to the County that the intent and terms

4131of its proposal were clearly expressed within the four corners of its proposal,

4144despite any minor discrepancies or irregularities in the for ms submitted.

4155VI. Evaluation Committee Meeting

41596 4 . During the Evaluation Committee meeting, the c ommittee was

4171instructed that the recommendation of the Director of Purchasing was not

4182binding , and they were free to accept or reject his recommendation. Howe ver,

4195to reject the recommendation, they were required to state with specificity the

4207basis for any rejection. Resp. Ex. 12 at 000554 and 000555.

42186 5 . One of the Evaluation Committee members, Ms. Lina Kulikowsky,

4230asked a question and the following discussion ensued:

4238Ms. Kulikowsky Ï I need a clarification for a

4247statement that Mr. Heard just made that his firm

4256[referring to Gateway] submitted their proposal on

4263BidSync instead of the Ñ other system Ò is that the

4274case? [inaudible] and on BidSync it was not clear if

4284it is the 3 - year or 5 - year minimum. Can someone

4297confirm that?

4299Senior Assistant County Attorney Ï È Bidders

4306were required to enter it into Perisicope. And if you

4316look at the Item Response form and in the Special

4326Instructions it clearly identified Peris cope. So I

4334can Ô t È . I don Ô t know how if the vendor how they

4350were directed to BidSync and they did indicate a

4359screen shot of BidSync on page 3 of their [letter]. I

4370do see and I do note that I don Ô t see a 3 - year MAG

4387reference but I can Ô t comment on that but I just

4399know what the solicitation said and that it was

4408required to submit on Periscope; Periscope is the

4416system that is to be used but I don Ô t know if

4429purchasing has any additional information.

4434Purchasing Manager Ï È Just to clarify that

4442BidSync is Peris cope and Periscope is BidSync; it Ô s

4453one and the same; it was just a name change for

4464the system so there is, to our knowledge, no

4473distinction between the two.

4477Resp. Ex. 18 at or about 00:44:50 ( v ideo of Evaluation Committee meeting) .

44926 6 . Ms. Kulikowsky testified during her deposition that she asked for

4505clarification from the procurement staff regarding the Periscope S2 G/BidSync

4515forms because she needed to validate or determine if Gateway Ô s claim was

4529true ( r egarding the difference between the BidSync form s and the Periscope

4543S2G forms). Dep . Tr. of Lina Kulikowsky at 14 (Jul. 14, 2022).

45566 7 . Ms. Kulikowsky recalled being informed at the meeting by the

4569Purchasing Manager that the two forms were the same. Id. at 15. Based on

4583the information received, she did not have enough information to give or

4595propose a waiver. Id. at 16.

46016 8 . Despite Gateway being the highest revenue proposer and offering the

4614most money to the County, the Evaluation Committee voted to reject

4625Gateway Ô s proposal as nonresponsive . Resp. Ex. 12 at 00 0 055. 4

46406 9 . Based on the totality and weight of the evidence presented, and the

4655record as a whole, the undersigned finds that Gateway Ô s bid conformed in all

4670material respects to the RFP issued by the County.

467970 . Further, any irregularity in Gateway Ô s bid did not give it an advantage

4695or benefit not enjoyed by the other bidder, Vector.

47047 1 . On May 2, 2022, the County issued a Final Recommendation to

4718Award , awarding the contract to Vector.

4724C ONCLUSIONS OF L AW

47297 2 . DOAH has jurisdiction over this proceedi ng to issue a final order

4744pursuant to paragraph 2 of the Administrative Law Judge Services Contract

47554 It is also worth noting that at the same meeting , the Evaluation Committee found both

4771Gateway and Vector to be Ñ responsible bidders . Ò Resp. Ex. 18 at 00:51:15 ( v ideo of Evaluat ion

4792Committee meeting) .

4795dated June 12, 2018, between the County and DOAH, s ection 21.81.b of the

4809Broward County Procurement Code , and under other provisions of law.

48197 3 . The Adminis trative Law Judge Services Contract between the County

4832and DOAH provides in relevant part:

48382. Procedures. The Parties agree the proceedings

4845shall be conducted exclusively in accordance with

4852the applicable rules and regulations of CountyÔs

4859Code of Ordinance s and CountyÔs Administrative

4866Code, as each may be amended from time to time.

4876The Parties further agree that the administrative

4883law procedures outlined in Chapter 120 of the

4891Florida Statutes (ÑAdministrative Procedure ActÒ),

4896as amended from time to time, i ncluding

4904specifically those that pertain to protests to

4911contract solicitations or awards, shall not apply.

4918The Parties agree that upon receipt of a formal

4927written protest or appeal, CountyÔs Director of

4934Purchasing shall promptly request assignment of

4940an AL J. The assigned ALJ shall commence a

4949hearing within thirty (30) days after receipt of the

4958formal written protest or appeal by CountyÔs

4965Purchasing Division. The ALJ shall enter a final

4973order within thirty (30) days after the hearing, or

4982within thirty (30) d ays after receipt of the hearing

4992transcript by the ALJ (if requested by the ALJ),

5001whichever is later. (Emphasis added).

500674. Because Gateway challenges the County Ô s decision finding its proposal

5018nonresponsive, it has the burden of proof. See State Contract ing & Eng Ô g

5033Corp. v. Dep Ô t of Transp ., 709 So. 2d 607, 609 (Fla. 1st DCA 1998). Gateway is

5052required to sustain its burden of proof by a preponderance of the evidence.

5065See Dep Ô t of Transp. v. J.W.C. Co., 396 So. 2d 778, 787 (Fla. 1st DCA 1981).

50837 5 . Under an y reasonable analysis of this case, the case is unique in that

5100it presents the less common question of how the protest of a revenue

5113generating public procurement should be evaluated, as compared to the much

5124more c ommon bid protest involving an award to the lowest cost bidder for

5138services, commodities , or products.

51427 6 . As a result, and for this revenue generating case, the most important

5157factors to consider are not necessarily the same as the typical bid protest case

5171involving an offer to provide a public a gency with services, commodities , or

5184products at the lowest cost .

51907 7 . While there is a significant body of Florida case law and DOAH orders

5206outlining various legal standards that apply to bid protest proceedings, the

5217most persuasive and helpful body of la w relates to when and under what

5231circumstances (1) minor irregularities in a proposal should be waived and

5242(2) under what circumstances should decisions by governmental agencies

5251rejecting the highest revenue proposal be considered arbitrary and contrary to

5262competition.

52637 8 . It is this latter body of case law that the undersigned has primarily

5279relied upon in entering this Final O rder.

5287VII. Most Relevant Law Applicable to This Bid Protest

52967 9 . The primary objective of the competitive bidding statutes is to Ñ pr otect

5312the public against collusive contracts; to secure fair competition upon equal

5323terms to all bidders; to remove not only collusion but temptation for collusion

5336and opportunity for gain at public expense; to close all avenues to favoritism

5349and fraud in various forms; to secure the best values for the [public] at the

5364lowest possible expense; and to afford an equal advantage to all desiring to do

5378business with the [government], by affording an opportunity for an exact

5389comparison of bids. Ò Wester v. Belote , 103 Fla. 976, 138 So. 721, 723 - 24

5405(Fla. 1931), and Harry Pepper & Assoc. , v. City of Cape Coral , 352 So. 2d

54201 1 90 - 1 1 92 (Fla. 2d DCA 1977) .

543280 . A well - established principle of Florida procurement law is that in

5446soliciting and accepting competitive bids , an agency has wide discretion, and

5457its decision, if based on an honest exercise of this discretion, will not be

5471overturned even if reasonable persons may differ with the outcome. See Dep Ô t

5485of Tr ansp. v. Groves - Watkins Constructors , 530 So. 2d 912 (Fla. 1988) .

55008 1 . Notably, however, while an agency Ô s discretion is broad, it is not

5516unbridled. Instead, Ñ the discretion vested in a public agency in respect to

5529letting public contracts may not be exercised arbitrarily or capriciously, but

5540that its judgments must be bottomed upon facts reasonably tending to

5551support a conclusion . Ò Liberty C n ty. v. Baxter Ô s Asphalt & Concrete, Inc. ,

5568421 So. 2d 505 (Fla. 1982); Miami - Dade Cnty . v. Church & Tower, Inc. , 715

5585So. 2d 1084, 1089 (Fla. 3d DCA 1998) .

55948 2 . In keeping with these principles, the law permits public bodies to

5608waive minor defects in bid submissions and allows bidders to cure minor

5620irregularities, but material deviations from specifications cannot be waived or

5630altered. Emerald Corr. Mgmt. v. Bay Cnty. Bd. of Cnty. Comm Ô rs , 955 So. 2d

5646647, 653 (Fla. 1st DCA 2007).

56528 3 . Although a bid containing a material variance is unacceptable, not

5665every deviation from a proposal related to an invitation to bid or request for

5679proposals should be considered material. A deviation or irre gularity in a

5691proposal is material only if it affects the price of the proposal, gives the

5705offeror an advantage or benefit not enjoyed by other offerors, or adversely

5717impacts the interests of the agency. See Intercontinental Props . , Inc. v. Dep Ô t

5732of Health & Rehab. Servs . , 606 So. 2d 380, 387 (Fla. 3d DCA 1992) ; Tropabest

5748Foods, Inc. v. Dep Ô t of Gen . Serv s. , 493 So. 2d 50 (Fla. 1st DCA 1986) ; and

5768Robinson Elec . Co., v. Dade Cnty . , 417 So. 2d 1032 (Fla. 3d DCA 1982).

57848 4 . It is indisputable that there is a st rong public interest in favor of

5801saving tax dollars in awarding public contracts where a cost to the agency is

5815involved. Similarly, as this case demonstrates, there is also a strong public

5827interest in obtaining the highest revenue from bidders where the pr oposal

5839contemplates payments to the agency.

58448 5 . There is no public interest, much less a substantial public interest, in

5859disqualifying low cost bidders or high revenue bidders for technical

5869deficiencies, where the lowest cost bidder or highest revenue bid der did not

5882derive any unfair competitive advantage by reason of a technical omission in

5894its proposal. See generally Intercontinental Props . , Inc. , 606 So. 2d at 386;

5907Overstreet Paving Co. v. Dep Ô t of Transp. , 608 So. 2d 851, 853 (Fla. 2d DCA

59241992) .

59268 6 . G iven the critical importance of these points, a court or hearing officer

5942is obligated to conduct an independent inquiry, rather than simply defer to

5954the opinion of the procuring agency. See, e.g. , Harry Pepper , 352 So. 2d at

59681192 - 93 ( o verturning city Ô s det ermination regarding materiality of bid

5983deviation and holding that the city had no authority to accept materially

5995nonconforming bid).

59978 7 . This point is also underscored by the recognition that hearings under

6011section 120.57(3)(f), Florida Statutes, are de n ovo, and may encompass the

6023presentation of new or additional evidence, so that the matter might be

6035correctly determined, as if it had not been previously addressed. See also

6047Citrus Cent . v. Gardner , 569 So. 2d 936 (Fla. 1st DCA 1990). Upon receiving

6062the ev idence in a bid protest proceeding, the ALJ Ô s objective is to Ñ evaluate

6079the action taken by the agency . Ò State Contracting & Eng Ô g Corp. , 709 So. 2d

6097at 607, 609 .

6101VIII. Gateway Ô s P roposal I s R esponsive, s ince the Total A mount E ntered by

6120Gateway in the BidSy nc F orm D id N ot A ffect Gateway Ô s Revenue Proposal

61388 8 . Relying on Florida procurement law, several cases decided at DOAH

6151have determined that failing to submit information related to price, that is

6163required by an agency in a solicitation, does not automati cally render a

6176proposal nonresponsive. Nat Ô l Data Prods . , Inc. v. Dep Ô t of M gm t . Servs . ,

6196Case No. 93 - 0534BID, 1993 WL 943766 (Fla. DOAH Mar. 21 , 1993 ; Fla. DMS

6211Jun. 9, 1993 ) ( f inding that the agency decision to reject a bid as

6227nonresponsive was arbitrary a nd capricious when the price lists were

6238readily identifiable and sufficiently precise in the bidder Ô s written proposal ) .

6252See also Telecom Response, Inc. v. Dep Ô t of M gmt. Servs . , Case No. 00 -

62703439BID, 2000 WL 1867291 (Fla. DOAH Dec. 1, 2000 ; Fla. DMS Jan. 1 8,

62842001 ) .

62878 9 . Instead of mechanically disqualifying a proposal for an irregularity,

6299the agency must look at the specific facts involving the solicitation to

6311objectively determine whether the irregularity affects the price of the

6321proposal, or gives the off eror an advantage or benefit not enjoyed by other

6335offerors. Nat Ô l Data Prods . , Inc. , 1993 WL 943766 .

634790 . Moreover, a proposal should not be deemed nonresponsive when the

6359omitted information is readily identifiable in the proposal or when the

6370evidence shows that there are alternative sources of information that the

6381agency can rely on to ascertain or resolve any discrepancies resulting from

6393the information being omitted. See Id.

63999 1 . Even where a solicitation document warns that a proposal will be

6413disqualifie d as nonresponsive if it fails to include the correct pricing

6425information, disqualifying the proposal is arbitrary and capricious if it cannot

6436be shown that a proposer Ô s failure to use the correct form compromised its

6451response.

64529 2 . Instead, when the dispu ted information can be reasonably ascertained

6465from the terms of the solicitation and the proposal, the proposal should be

6478accepted as responsive. Telecom Response , Inc. , 2000 WL 1867291. See also

6489Uneq, Inc. v. Dep Ô t of Health & Rehab . Servs . , Case No. 92 - 6 824BID (Fla.

6509DOAH Jan. 14, 1993 ; Fla. DHRS Mar. 3, 1993 ) ( f inding that the agency

6525adequately awarded the contract to a bidder who failed to submit the correct

6538price form , even though the solicitation provided for disqualification of

6548proposals that failed t o include such form when the terms of the bid were

6563otherwise clear and unambiguous).

65679 3 . In Nat iona l Data Prod ucts , the agency required bidders to submit a

6584price list in support of their discount price schedule. Nat Ô l Data Prods . , Inc. ,

66001993 WL 943766 . Th e petitioner in that case failed to provide a complete

6615price list. During bid opening, the Department of Management Services

6625applied its normal evaluation criteria to the proposal, and the petitioner was

6637found to be the lowest bidder. However, the agency l ater discovered that

6650petitioner failed to include a complete price list and disqualified the proposal

6662as nonresponsive. In justifying its action, the agency relied on its uniform

6674policy of rejecting bids that failed to include the price sheet. The purpose of

6688the policy was to ensure that all vendors are bidding on the material that it

6703offered. Id.

67059 4 . The h earing o fficer found that , depending on the facts of the case,

6722while the agencyÔs concerns might be legitimate, those concerns did not

6733rationally suppor t a uniform policy that a failure to include price lists with a

6748bid can never be a minor irregularity. Id.

67569 5 . The facts in Nat iona l Data Prod ucts showed that the agency was able

6774to rely on other information in N ational D ata P roducts Ô responsive documents

6789to evaluate the proposal and that the price list was more in the nature of a

6805technicality. Id.

68079 6 . In Nat iona l Data Prod ucts, the petitioner Ô s failure to include the price

6826lists with its bid was, therefore, a minor irregularity that did not affect the

6840pri ce of the bid, give the bidder an advantage or a benefit not enjoyed by

6856other bidders, or adversely affect the interests of the agency. Therefore, the

6868agency Ô s failure to waive the irregularity in the petitioner Ô s proposal was

6883arbitrary and found to be con trary to the purpose of competitive bidding. Id.

68979 7 . Moreover, the fact that a solicitation call s for the disqualification of a

6913proposal based on an irregularity found in the proposal is not dispositive on

6926the question of whether the proposal must be disq ualified as nonresponsive.

69389 8 . For instance, in Telecom Response , Inc. , the solicitation advised

6950proposers that Ñ [p]rices shall be submitted in the form of a percentage (%)

6964discount off manufacturer Ô s current published price list . È A copy of the

6979Manufactu rer Ô s unaltered list price sheet as originally published, in general

6992distribution and in effect on the date of bid opening, must be submitted with

7006the bid. Failure to include this with bid package will result in rejection of

7020bid. Ò Telecom Response, Inc. , 2 000 WL 1867291 (RO).

70309 9 . The petitioner in that case failed to submit the complete

7043manufacturer Ô s price list and was disqualified as being nonresponsive. The

7055ALJ concluded that the agency Ô s decision was arbitrary and capricious when

7068it was otherwise clear which products were being offered by the proposer.

7080Therefore, the proposer Ô s failure to submit the complete list was a minor

7094irregularity. Id.

7096100 . Here, Gateway Ô s proposed three - year MAG and the separate total

7111revenue proposal for the five - year term, incl uding the option years, were

7125clearly expressed and distinctly separate d and documented within the four

7136corners of its proposal.

714010 1 . Like Nat ional Data Prod ucts , the County Ô s unbalanced bid analysis

7156showed that the County was able to ascertain, based on G ateway Ô s Revenue

7171Generating Proposal, that Gateway Ô s three - year MAG was $3,336,000 and

7186that its separate Total Five - Year Revenue Proposal was $7,346,000. There

7200was no confusion by the County over what amount of revenu e w as being

7215proposed by Gateway.

721810 2 . B ecause the material terms of Gateway Ô s revenue proposal were

7233readily identifiable and the County was able to rely on Gateway Ô s Revenue

7247Generating Proposal and the Evaluation Criteria Response F orm to ascertain

7258the specific terms of Gateway Ô s proposal, the fact that Gateway inadvertently

7271entered its five - year revenue proposal into the electronic form as opposed to

7285its three - year MAG constituted a minor irregularity. Therefore, the County Ô s

7299decision to disqualify Gateway Ô s proposal was arbitrary and contrary to

7311competition, in part, because it rejected the bidder who indisputably offered

7322the highest advertisement revenue to the County.

7329IX. The County Ô s R ejection of Gateway Ô s P roposal I s A gainst County P olicy

734910 3 . Section 21.37(c) of the Broward County Proc urement Code provides

7362that :

7364If the Director of Purchasing makes all of the

7373following five (5) written findings regarding a

7380particular response to a solicitation, the Director of

7388Purchasing shall grant a waiver of a technicality or

7397irregularity affecting re sponsiveness:

7401I. A waiver would not deprive the County of its

7411assurance that the contract will be entered into,

7419performed, and guaranteed according to its

7425specified requirements;

7427II. A waiver would not adversely affect competition

7435by providing one vend or with a competitive

7443advantage over another vendor or otherwise

7449restrict competition;

7451III. A waiver would not create the appearance of

7460favoritism or impropriety;

7463IV. A waiver would not violate a requirement

7471mandated by another governmental agency or

7477g rant - making institution, as applicable, that is

7486providing funds for the solicitation in question; and

7494V. A waiver would not directly or indirectly affect

7503the dollar amount submitted by the vendor in its

7512response, except as provided in Section 21.41(a)

7519re garding corrections of mathematical errors.

7525§ 21.37(c) , Broward C nty. Procurement Code. 5

753310 4 . Section 21.37(c) of the Broward County Procurement Code is

7545consistent with Florida case law regarding the elements that must be present

7557to find that a deviation in a proposal is a waivable minor irregularity. It is

7572also in line with the R ecommended O rders in Nat iona l Data Pro ducts and

75895 It was undisputed that the fulfillment of criteri on Ñ V . Ò was the only one in dispute .

7610Telecom Response , Inc. , that require an agency to waive such irregularities

7621when the proposal otherwise remains clear and unambiguo us.

763010 5 . The greater weight of the evidence proved that criteri on Ñ V . Ò was, in

7649fact, satisfied. More specifically, the dollar amount of Gateway Ô s proposal for

7662the three - year MAG was sufficiently outlined and committed to by Gateway

7675within its proposal. W aiving the irregularity regarding the figures it entered

7687in the data field on the BidSync form did not Ñ affect Ò or change the ultimate

7704revenue it was offering to the County during the three - year MAG period, nor

7719did it have the effect of relieving Gateway f rom its obligation to pay the

7734revenue it offered , if it was awarded the contract.

774310 6 . Further, as a part of its reasoning finding that Gateway Ô s proposal

7759was nonresponsive, the County Director of Purchasing determined that

7768Gateway Ô s proposal was both mat erially and mathematically unbalanced. He

7780relied heavily upon provisions of the Broward County Procurement Code,

7790which stated , in relevant part:

7795Materially Unbalanced Response means a response

7801to a solicitation that, in the best judgment of the

7811Director of Purchasing and the Using Agency,

7818creates a reasonable doubt that award to the

7826vendor who submits such a response will result in

7835the lowest ultimate cost to the County, or which is

7845so mathematically unbalanced that it would

7851require an advance payment by th e County

7859Mathematically Unbalanced Response means a

7864response to a solicitation that contains a lump sum

7873or unit bid for items that, in the best judgment of

7884the Director of Purchasing and the Using Agency,

7892does not reflect reasonable actual costs plus a

7900rea sonable proportionate share of the vendor Ô s

7909anticipated profit, overhead costs, and other

7915indirect costs .

7918§ 21.94, Broward C nty. Procurement Code .

792610 7 . At first blush, reliance on these provisions of section 21.94 of the

7941Broward County Procurement Code may seem reasonable. However, a closer

7951look reveals that these provisions defining a material imbalance, address and

7962apply to Ñ cost Ò imbalances only . The provision is expressly worded in a way

7978making it inapplicable to a Ñ revenue Ò calculation.

798710 8 . Moreover, the reference to Ñ an advance payment Ò in the last phrase

8003of the sectio n does not expand the scope of the definition, but relates back to

8019and defines what happens when there is cost miscalculation that would

8030require an advance payment by the County. Regardl ess, any ambiguity must

8042be resolved against the drafting party Ð the County.

805110 9 . The County has not pointed to any similar provisions in the Broward

8066County Procurement Code related to a request for proposal seeking revenue or

8078how, when , and under what cir cumstances a revenue proposal is defined by

8091the County as being materially unbalanced.

80971 10 . Under well - accepted principles of statutory construction, when a law

8111expressly describes the particular situation in which something should apply,

8121an inference must be drawn that what is not included by specific reference

8134was intended to be omitted or excluded. Gay v. Singletary , 700 So. 2d 1220

8148(Fla. 1997).

815011 1 . By utilizing the word ÑcostsÒ in defining Ñmaterial imbalance , Ò it is

8165reasonable to infer that the Count y meant to exclude ÑrevenueÒ generating

8177proposals, a distinctly different word and concept. See also Citizens f or

8189Responsible Growth v. City of St. Pete Beach , 940 So. 2d 1144 (Fla. 2 d DCA

82052006). The CountyÔs incorrect application of this definition in fin ding

8216Gateway nonresponsive further supports a determination that its decision

8225was arbitrary.

82271 1 2 . Accordingly, the County Ô s determination to reject Gateway Ô s proposal

8243is arbitrary and contrary to competition because it ( a ) fails to consider the

8258clear , sepa rate, and distinct revenue proposals within the four corners of

8270Gateway Ô s proposal , which differentiate d between the three - year MAG and

8284the total revenue promised over the five - year term; (b) runs contrary to the

8299County Ô s own policy requiring the waiver of minor irregularities ; and

8311(c) relies upon a definition of Ñ materially unbalanced Ò that does not apply to a

8327revenue generating proposal.

8330X. Inconsistencies in the County Ô s O nline B idding S ystem C ontributed to the

8347T echnical D eficiencies in Gateway Ô s P ropos al

83581 1 3 . There is an additional and independent basis which supports the

8372conclusions outlined herein. Florida courts have held that when a deficiency

8383in a proposal may be attributable to the public entity and the information can

8397be found in other parts of the proposal, it is arbitrary for the public entity to

8413reject the proposal. Asphalt Pavers, Inc. v. Dep Ô t of Transp. , 602 So. 2d 558,

8429562 (Fla. 1st DCA 1992).

84341 1 4 . In Asphalt Pavers , the agency rejected a bid, arguing that the bidder

8450failed to include a f orm evidencing its intended use of disadvantaged business

8463enterprise ( Ñ DBE Ò ) subcontractors. All of the DBE information requested in

8477the form, however, was contained or outlined elsewhere in the bid documents

8489by Asphalt Pavers. Moreover, during the bid pro test proceedings, it was

8501determined that the agency was responsible for losing the form.

85111 1 5 . The court held that the agency Ô s rejection of the bid for failure to

8530include a form that the agency itself lost was arbitrary.

85401 1 6 . Moreover, and more to the po int, the court also concluded that it was

8558significant that the agency was provided the information required by the

8569form in other parts of the proposal submitted by Asphalt Pavers.

85801 1 7 . This case is similar to the case in Asphalt Pavers in two important

8597res pects. First, the County and Periscope Holdings represented to Gateway

8608that the BidSync and Periscope S2 G sites were identical. 6 Therefore,

8620Gateway reasonably concluded that it could submit required segments of its

8631proposal via the BidSync site .

86371 1 8 . Likew ise, BidSync did not include the Periscope S2G Item Response

8652Form instructing proposers to input only the three - year MAG from their

86656 Unfortunately, this characterization by the County was not entirely accurate .

8677Revenue Generating Proposal. Instead, BidSync provided a different bidding

8686form which asked for a Ñ Total Price Ò without the instructions to limit the

8701input to only the three - year MAG.

87091 1 9 . It was not unreasonable for Gateway to conclude that this meant

8724what it said Ð that it was required to insert the total revenue or Ñ total price Ò

8742it was proposing over the entire five - year pote ntial term of the award.

87571 20 . As in Asphalt Pavers , Gateway Ô s failure to submit the Periscope S2G

8773Item Response Form with the proper information was caused, in part, due to

8786the instructions it received from the County.

87931 2 1 . Secondly, and despite this conf usion, the information that Gateway

8807was supposed to include in the Periscope S2G Item Response Form was

8819clearly and distinctly provided in Gateway Ô s signed Revenue Generating

8830Proposal. Following the holding and rationale in Asphalt Pavers , the County

8841shoul d have waived the deficiency in Gateway Ô s proposal.

88521 2 2 . Moreover , by waiving the irregularity in Gateway Ô s bidding forms,

8867the County was not sanctioning or permitting collusion, favoritism , or fraud

8878in this public procurement . Groves - Watkins Constructors , 530 So. 2d at 91 4 .

8894Moreover, such a waiver would not have subverted the public bidding

8905process. Id .

89081 2 3 . Rather, declining to find Gateway to be a responsive bidder under the

8924unique circumstances of this case results in the County creating a situation

8936tha t is itself contrary to competition and would result in the County for e going

8952nearly a million dollars in revenue destined to benefit the citizens of Broward

8965County.

89661 2 4 . The totality of these facts compel the undersigned to reasonably

8980conclude that Gatewa y has proven by a preponderance of the evidence that

8993the actions of the County in finding it to be nonresponsive were arbitrary and

9007contrary to competition.

9010F INAL O RDER

9014Based on the foregoing Findings of Fact and Conclusions of Law, it is

9027O RDERED as fol lows:

90321. Broward CountyÔs Recommendation to Award issued in this case is

9043rejected and overruled.

90462. GatewayÔs proposal is determined to be r esponsive.

90553. The matter is returned to Broward CountyÔs Evaluation Committee for

9066an objective and fair reevaluat ion of the proposals.

9075D ONE A ND O RDERED this 1 3 th day of October , 2022, in Tallahassee, Leon

9092County, Florida.

9094S

9095R OBERT L. K ILBRIDE

9100Administrative Law Judge

91031230 Apalachee Parkway

9106Tallahassee, Florida 32399 - 3060

9111(850) 48 8 - 9675

9116www.doah.state.fl.us

9117Filed with the Clerk of the

9123Division of Administrative Hearings

9127this 1 3 th day of October , 2022.

9135C OPIES F URNISHED :

9140Fernando Amuchastegui, Esquire Sonia M. Lovett

9146(eServed) (Address of Record)

9150D iana C. Mendez, Esquire Joseph M. Goldstein, Esquire

9159(eServed) (eServed)

9161Mark J. Stempler, Esquire Sara F. Cohen, Esquire

9169(eServ ed) (eServed)

9172Benjamin Salzillo, Esquire

9175(Address of Record)

9178N OTICE OF R IGHT T O J UDICIAL R EVIEW

9189A party who is adversely affected by this Final Order is entitled to judicial

9203review pursuant to section 120.68, of Florida Statutes. Review proceedings

9213are governed by the Florida Rules of Appellate Procedure. Such proceedings

9224are commenced by filing the original notice of administrative appeal with the

9236agency clerk of the Division of Administrative Hearings within 30 days of

9248rendition of the order to be reviewed, and a copy of the notice, accompanied

9262by any filing fees prescribed by law, with the clerk of the district court of

9277appeal in the appellate district where the agency maintains its headquarters

9288or where a party resides or as otherwise provided by law.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 10/13/2022
Proceedings: DOAH Final Order
PDF:
Date: 10/13/2022
Proceedings: Final Order (hearing held July 18, 2022). CASE CLOSED.
PDF:
Date: 09/30/2022
Proceedings: Respondent Broward County and Intervenor Vector Media Holding Corp.'s Notice of Filing Corrected Proposed Joint Recommended Order filed.
PDF:
Date: 09/30/2022
Proceedings: Petitioner's Amended Proposed Recommended Order filed.
PDF:
Date: 09/20/2022
Proceedings: Order on Proposed Recommended Orders.
PDF:
Date: 09/06/2022
Proceedings: Respondent Broward County and Intervenor Vector Media Holding Corp.'s Notice of Filing Proposed Joint Recommended Order filed.
PDF:
Date: 09/06/2022
Proceedings: Petitioner's Proposed Recommended Order filed.
PDF:
Date: 08/08/2022
Proceedings: Order Granting Agreed Motion for Extension of Time to File Proposed Recommended Orders.
PDF:
Date: 08/08/2022
Proceedings: Agree Motion for Extension of Time to File Proposed Recommended Orders filed.
PDF:
Date: 08/04/2022
Proceedings: Notice of Final Hearing Transcript.
PDF:
Date: 08/04/2022
Proceedings: Transcript of Proceedings (not available for viewing) filed.
Date: 07/18/2022
Proceedings: CASE STATUS: Hearing Held.
Date: 07/18/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
Date: 07/18/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 07/15/2022
Proceedings: Joint Pre-Hearing Stipulation filed.
PDF:
Date: 07/14/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 07/14/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
Date: 07/14/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 07/14/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 07/13/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 07/13/2022
Proceedings: Notice of Filing Proposed Exhibits filed (exhibits not available for viewing).
Date: 07/13/2022
Proceedings: Respondent's Proposed Exhibits filed (exhibits not available for viewing).
PDF:
Date: 07/08/2022
Proceedings: Petitioner's Notice of Taking Deposition Duces Tecum filed.
PDF:
Date: 07/08/2022
Proceedings: Order Denying Respondent's Motion to Dismiss.
Date: 07/07/2022
Proceedings: CASE STATUS: Motion Hearing Held.
PDF:
Date: 06/28/2022
Proceedings: Notice of Motion Hearing by Zoom Conference (motion hearing set for July 7, 2022; 11:00 a.m., Eastern Time; Fort Lauderdale).
PDF:
Date: 06/27/2022
Proceedings: Respondent Broward County's Request for Motion Hearing Via Zoom Video Conference filed.
PDF:
Date: 06/27/2022
Proceedings: Response to Respondent's Motion to Dismiss filed.
PDF:
Date: 06/20/2022
Proceedings: Motion to Dismiss Petitioner's Appeal filed.
PDF:
Date: 06/14/2022
Proceedings: Order of Pre-hearing Instructions.
PDF:
Date: 06/14/2022
Proceedings: Notice of Hearing by Zoom Conference (hearing set for July 18, 2022; 9:00 a.m., Eastern Time).
Date: 06/13/2022
Proceedings: CASE STATUS: Status Conference Held.
PDF:
Date: 06/13/2022
Proceedings: Notice of Appearance (Mark Stempler) filed.
PDF:
Date: 06/13/2022
Proceedings: Order Granting Motion to Intervene.
PDF:
Date: 06/13/2022
Proceedings: Notice of Appearance and Designation of E-Mail Addresses filed.
PDF:
Date: 06/13/2022
Proceedings: Vector Media Holding Corp.'s Motion to Intervene filed.
PDF:
Date: 06/13/2022
Proceedings: Notice of Telephonic Scheduling Conference (scheduling conference set for June 13, 2022; 11:00 a.m., Eastern Time).
PDF:
Date: 06/06/2022
Proceedings: Broward County Agenda Item No. 78 and related Agreement between County and DOAH - Dated June 12, 2018 filed.
PDF:
Date: 06/06/2022
Proceedings: Solicitation RFP No. TRN2122974P1 Packet filed.
PDF:
Date: 06/06/2022
Proceedings: Appeal filed by Gateway May 23, 2022 filed.
PDF:
Date: 06/06/2022
Proceedings: Denial of Gateway's Protest Dated May 12, 2022 filed.
PDF:
Date: 06/06/2022
Proceedings: Protest filed by HFT Management, Inc., d/b/a Gateway Outdoor - Dated May 9, 2022 filed.
PDF:
Date: 06/06/2022
Proceedings: Broward County Procurement Code - Chapter 21 - Operational Policy filed.
PDF:
Date: 06/06/2022
Proceedings: Referral Letter filed.

Case Information

Judge:
ROBERT L. KILBRIDE
Date Filed:
06/06/2022
Date Assignment:
06/09/2022
Last Docket Entry:
10/13/2022
Location:
Fort Lauderdale, Florida
District:
Southern
Agency:
Contract Hearings
Suffix:
BID
 

Counsels

Related Florida Statute(s) (2):