03-001253DDC Cpw Enterprises, Inc., D/B/A Cherokee Construction Company vs. Department Of Transportation
 Status: Closed
Recommended Order on Thursday, September 18, 2003.


View Dockets  
Summary: Petitioner should be declared non-responsible and ineligible to bid on Department contracts for a period of two years, based upon its unsatisfactory performance and default on landscape installation contract.

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8CPW ENTERPRISES, INC., d/b/a )

13CHEROKEE CONSTRUCTION COMPANY, )

17)

18Petitioner, )

20)

21vs. ) Case No. 03 - 1253

28)

29DEPARTMENT OF TRANSPORTATION, )

33)

34Respondent. )

36)

37RECOMMENDED ORDER

39Pursuant to notice, a formal hearing was held in this case

50on July 11, 2003, by video teleconference between sites in

60Orlando and Tallahassee, Florida, before T. Kent Wetherell, II,

69the designated Administrative Law Judge of t he Division of

79Administrative Hearings.

81APPEARANCES

82For Petitioner: Brant Hargrove, Esquire

87Law Office of Brant Hargrove

922984 Wellington Circle, West

96Tallahassee, Florida 32308

99For Respondent: Robert M. Burdick, Esquire

105Depar tment of Transportation

109Haydon Burns Building, Mail Station 58

115605 Suwannee Street

118Tallahassee, Florida 32399 - 0458

123STATEMENT OF THE ISSUES

127The issues are whether the Department of Transportation may

136declare Petitioner non - responsible and ineli gible to bid on

147Department contracts based upon Petitioner's alleged

153unsatisfactory performance and default on Department contract

160number E - 5G08; and if so, for what period of time should

173Petitioner be declared non - responsible.

179PRELIMINARY STATEMENT

181By le tter dated February 12, 2003, the Department of

191Transportation (Department) notified Petitioner of its intent to

199declare Petitioner non - responsible for a period of two years

210based upon Petitioner's unsatisfactory performance and default

217on Department contr act number E - 5G08. On March 4, 2003,

229Petitioner timely requested a formal hearing on the Department's

238proposed action. On April 7, 2003, the Department referred the

248matter to the Division of Administrative Hearings (Division) for

257the assignment of an Adm inistrative Law Judge to conduct the

268hearing requested by Petitioner.

272The hearing was initially scheduled for June 24, 2003, but

282was subsequently continued based upon Petitioner's unopposed

289motion. The hearing was rescheduled for and held on July 11,

300200 3.

302At the hearing, Petitioner presented the testimony of

310Charles Welch and Elizabeth Gornick. Petitioner's Exhibits A

318and B were received into evidence. The Department presented the

328testimony of Judson Pankey, Stephen Bass, and Calvin Landers.

337The Depar tment's Exhibits 1 through 3, 4A, 4B, 5 through 20,

349and 22 through 24 were received into evidence. Upon the

359Department's request, official recognition was taken of

366Rule 14 - 22.0141, Florida Administrative Code.

373Petitioner was permitted to submit the depos ition testimony

382of Michael Huggins after the hearing. Mr. Huggins' deposition

391was taken on July 22, 2003, and the Transcript of the deposition

403was filed with the Division on August 22, 2003, and is hereby

415received as Petitioner's Exhibit C .

421The one - volum e Transcript of the hearing was filed with the

434Division on August 13, 2003. The parties requested and were

444given 20 days from the date that the hearing Transcript was

455filed to file their proposed recommended orders (PROs). The

464parties' PROs were timely f iled on September 2, 2003, and they

476were given due consideration by the undersigned in preparing

485this Recommended Order.

488All statutory references in this Recommended Order are to

497the 2002 codification of the Florida Statutes unless otherwise

506indicated, and all references to Rules are to the current

516version of the Florida Administrative Code.

522FINDINGS OF FACT

525Based upon the testimony and evidence received at the

534hearing and the parties' stipulations, the following findings

542are made:

544A. Parties

5461. Petiti oner is a Florida corporation whose principal

555business is road and bridge maintenance. Petitioner also does

564some landscape installation work.

5682. Petitioner's president is Charles Welch.

5743. Petitioner has received between ten and 20 contracts

583from the Department since 1993. However, the contract at issue

593in this proceeding is the first landscape installation project

602that Petitioner has done for the Department.

6094. The Department is the state agency responsible for

618maintaining and regulating the use of the right - of - way along the

632state highway system. That responsibility includes overseeing

639the installation and maintenance of landscaping within the

647right - of - way.

652B. Department Contract No. E - 5G08

6595. In November 2001, the Department awarded Petitioner a

668contract to install landscaping around six interchanges in the

677central Florida area.

6806. The interchanges were identified and prioritized in the

689bid specifications as follows: (1) I - 95/US 192 interchange;

699(2) I - 4/Lake Mary Boulevard interchange; (3) SR 25/SR 200

710interchange; (4) SR 482/SR 435 interchange; (5) I - 95/SR 518

721interchange; and (6) US 441/SR 46 interchange. The SR 482/SR

731435 interchange was subsequently deleted from the project, and

740the I - 4/Lake Mary Boulevard interchange was subsequently

749pri oritized ahead of the I - 95/US 192 interchange.

7597. The Department's contract identification number for the

767project was E - 5G08.

7728. The contract required Petitioner to prepare and mulch

78166,667 square yards of beds for the landscaping and then to

793install a t otal of 63,667 plumbago shrubs and 927 sabal palm

806trees. The plumbagos were required to be ten to 18 inches in

818height, and the palm trees were required to be nine to 20 feet

831in height.

8339. Petitioner did not challenge the specifications for the

842project.

8431 0. Petitioner bid $745,160.90 for the contract, and the

854Department accepted the bid at that amount.

86111. Petitioner's bid amount was calculated by multiplying

869a unit price for each plant type by the number of plants

881required under the contract, plus a unit price for the

891mulching/bed preparation multiplied by the total number of

899square yards in the beds. No separate amount was bid by

910Petitioner for "maintenance," and the bid form did not include a

921separate line for that item.

92612. The contract generally descr ibed the work to be

936performed by Petitioner as "furnish[ing] and install[ing] palms,

944plants and associated landscape materials at various locations."

95213. A similar description of the project was provided on

962the first page of the bid specification package.

97014. The contract and the bid specification package

978incorporated by reference the 2000 edition of the Department's

987Standard Specifications for Road and Bridge Construction

994(Standard Specifications).

99615. Mr. Welch was generally familiar with the Standard

1005Spe cifications as a result of the prior contract work that he

1017and Petitioner had done for the Department. He understood that

1027the Standard Specifications were part of each Department

1035construction and maintenance contract.

103916. Section 580 - 10 of the Standard S pecifications,

1049entitled "Contractor's Responsibility for Condition of the

1056Plantings," requires the contractor to:

1061[e]nsure that the plants are kept watered,

1068that the staking and guying is adjusted as

1076necessary, that all planting areas and beds

1083are kept fre e of weeds and undesirable plant

1092growth and that the plants are maintained so

1100that they are healthy, vigorous, and

1106undamaged at the time of acceptance.

111217. Section 580 - 11 of the Standard Specifications,

1121entitled "Plant Establishment Period and Contractor 's Warranty,"

1129requires the contractor to:

1133[a]ssume responsibility for the proper

1138maintenance, survival and condition of all

1144landscape items for a period of one year

1152after the final acceptance of all work under

1160the Contract in accordance with [Section]

11665 - 1 1. [The contractor shall also] [p]rovide

1175a Warranty/Maintenance Bond to the

1180Department in the amount of the total sums

1188bid for all landscape items as evidence of

1196warranty during this plant establishment

1201period. The costs of the bond will not be

1210paid sepa rately, but will be included in the

1219costs of other bid items.

1224* * *

1227[The contractor shall] [t]ake responsibility

1232to apply water as necessary during this

1239period and include the cost in the various

1247landscape items. No separate measurement of

1253payment w ill be made for water during the

1262plant establishment period.

126518. Pursuant to Sections 5 - 10 and 5 - 11 of the Standard

1279Specifications, "acceptance" of a project does not occur until

1288the Department determines that the contractor has satisfactorily

1296completed a ll work on the project and informs the contractor in

1308writing that the project is accepted.

131419. Sections 5 - 10.2 and 5 - 10.3 of the Standard

1326Specifications allow for acceptance of portions of the project,

1335called "partial acceptance." Those provisions do not, however,

1343require the Department to accept projects on a piecemeal basis.

135320. At the pre - construction conference held on

1362November 19, 2001, Mr. Welch asked, "if a single location

1372[would] be accepted as it is completed." The Department's

1381project manager, S tephen Bass, replied that he would "check to

1392see if this is possible," and he told Mr. Welch that "[i]n the

1405meantime, as you complete a site, advise me in writing and I

1417will respond . . . ."

142321. Based upon the subsequent correspondence between the

1431partie s, it can be inferred that the Department decided against

1442accepting the project on a site - by - site basis. No partial or

1456final acceptance was ever given for the project or any of the

1468individual sites.

147022. The first page of the specification package provided

1479that the contract period was "270 days for installation," and

"1489365 addtl [sic] days after acceptance for establishment."

149723. The 365 - day, post - acceptance establishment period

1507referred to in the specification package is the same as the one -

1520year period refe rred to in Section 580 - 11 of the Standard

1533Specifications.

153424. Petitioner's obligations during the establishment

1540period were specifically discussed at the pre - construction

1549conference. At that time, Mr. Bass made it clear to Mr. Welch

1561that the contract incl uded the one - year establishment period, in

1573addition to the 270 - day installation period.

158125. The installation period began on December 3, 2001, and

1591ended on September 8, 2002. The latter date takes into account

1602the ten "[bad] weather days" added to the ins tallation period

1613under the terms of the contract.

161926. Mr. Welch understood the project to be an

1628installation - only contract. That understanding was based upon

1637the reference to a 270 - day installation period in the

1648specifications, and the fact that the bid form did not have a

1660separate line - item for maintenance.

166627. Mr. Welch did not read the specifications word - for -

1678word prior to bidding on the project, nor did he take into

1690account Section 580 - 11 of the Standard Specifications or the

1701language on the first pag e of the specification package which

1712clearly referenced the 365 - day, post - acceptance establishment

1722period.

172328. Mr. Welch did not understand the contract to require

1733Petitioner to weed or otherwise maintain the beds after the

1743plants were installed. He under stood the contract to only

1753require Petitioner to install the plants and then water them

1763through the end of the 270 - day installation period. In reaching

1775this conclusion, Mr. Welch did not take into account

1784Section 580 - 10 of the Standard Specifications, whi ch clearly

1795requires pre - acceptance weeding and which makes the contractor

1805the absolute insurer of the plants until acceptance by the

1815Department.

181629. The Department did not in any way contribute to

1826Mr. Welch's misunderstanding of the scope of the contract. The

1836contract documents were clear and unambiguous on the issue and

1846the Department made it clear from the outset that the contract

1857included a one - year establishment period.

1864C. Petitioner's Performance Under the Contract

187030. Petitioner performed its work u nder the contract in a

1881series of steps.

188431. Petitioner first sprayed the areas at each site where

1894the landscaping would be installed with a herbacide to kill any

1905existing vegetation. Two herbacide treatments were done at each

1914site.

191532. Petitioner then "mu lched" the planting areas at each

1925site by mowing the dead vegetation and marked the locations at

1936each site where the palm trees were to be installed.

194633. Petitioner then planted the palm trees at each site.

195634. Next, Petitioner installed "weed fabric" at the

1964I - 4/Lake Mary Boulevard interchange (hereafter "the Lake Mary

1974site").

197635. The weed fabric has two purposes: it blocks the light

1987that reaches the ground thereby reducing or eliminating weeds,

1996and it also helps prevent erosion.

200236. After install ing the weed fabric, Petitioner began

2011planting the plumbago shrubs at the Lake Mary site. To do so,

2023Petitioner cut and folded back the weed fabric where each

2033plumbago was to be located and then dug the hole within which

2045the plant was placed. After the plant was placed in the hole,

2057the weed fabric was then re - folded around the base of the plant.

207137. After the plumbagos were planted, Petitioner completed

2079its work at the Lake Mary site by spreading pine straw mulch in

2092the landscaped beds. The contract req uired a four - inch layer of

2105mulch.

210638. After completing its work at the Lake Mary site,

2116Petitioner moved to another site and installed the weed fabric,

2126planted the plumbagos, and spread the pine straw mulch at that

2137site. Petitioner continued working on a s ite - by - site basis in

2151this manner until all of the sites had been completed.

216139. In June 2002, the Department expressed concern to

2170Petitioner that it had fallen behind its installation schedule.

2179In response, Petitioner put more people on the job and was ab le

2192to get back on schedule. Petitioner completed the installation

2201of the plants within the 270 days allotted for installation.

221140. Petitioner periodically watered each of the sites as

2220the plants were being installed. Petitioner had two water

2229trucks that it used for watering. The truck used at the Lake

2241Mary site sprayed a stream of water out of a hose at a

2254relatively high flow rate.

225841. Because large portions of the landscaped beds at the

2268Lake Mary site were on steep slopes around the interchange, the

2279st ream of water from the water truck caused some of the pine

2292straw to wash down the slope. Heavy rains also caused the pine

2304straw to wash down the slope and, in some areas, to wash away

2317completely. As a result, some of the landscaped areas were not

2328covered with the four inches of mulch required by the

2338specifications.

233942. Mr. Welch acknowledged the loss of mulch in some

2349areas, and he attributed it to the weed fabric being too "slick"

2361to hold the mulch. Nevertheless, because Mr. Welch considered

2370the replacem ent of the mulch to be maintenance, which he did not

2383consider to be part of the contract, Petitioner never replaced

2393the pine straw.

239643. Petitioner did not consider using a "drip line" or

2406other watering system which would have applied the water at

2416ground le vel or at a lower rate of flow than the stream of water

2431being sprayed from the water truck. Such an alternative system

2441may have minimized the amount of mulch that washed down the

2452slope from watering, but it may not have affected the mulch that

2464washed away due to heavy rains. Such a system may have also

2476gotten more water to the plants' roots.

248344. Despite the watering done by Petitioner, plumbagos and

2492palm trees died at the Lake Mary site, as well as at the other

2506sites. Mr. Welch acknowledged the "loss" of a number of trees

2517and plants, although he testified that fewer plants had died

2527than he had projected at the outset of the project. The precise

2539number of trees and plants which died before Petitioner was

2549declared in default on the contract and told to sto p work on the

2563project is not clearly reflected in the record.

257145. The loss of the plumbagos at the Lake Mary site may be

2584partially attributable to the weed fabric selected by Petitioner

2593not being permeable enough to allow the water to reach the plant

2605roots , but Petitioner's failure to utilize an alternative

2613watering system to compensate for the "problems" it encountered

2622with the weed fabric also contributed to the loss of the

2633plumbagos.

263446. On August 12, 2002, the Department and Petitioner

"2643agreed that subs tantial completion has been achieved" on each

2653of the sites. That means that all or substantially all of the

2665plants had been installed by that date; it does not mean that

2677the Department had accepted the work, either partially or

2686conditionally.

268747. By lette r dated August 13, 2002, the Department

2697informed Petitioner that maintenance of the completed sites was

2706necessary. Specifically, the letter informed Petitioner that

2713there were dead palm trees and plumbagos at all of the sites

2725which needed to be replaced, that the pine straw mulch needed to

2737be replaced at most of the sites, and that weeding needed to be

2750done.

275148. Petitioner did not perform the weeding or other

2760maintenance directed by the Department. Indeed, the only work

2769that Petitioner did on the project after August 13, 2002, was on

2781August 20, 2002, when it watered two of the sites.

279149. By letter dated August 15, 2002, Petitioner responded

2800to the Department's direction that maintenance be commenced at

2809the completed sites. In that letter, Petitioner char acterized

2818the maintenance as "extra work" and requested additional

2826compensation for the maintenance work.

283150. The Department denied Petitioner's request for

2838additional compensation by letter dated August 15, 2002. That

2847letter informed Petitioner that "a D eficiency Letter would be

2857forthcoming if weed removal operation does not begin

2865immediately." Petitioner did not respond to the letter.

287351. By letter dated August 21, 2002, the Department issued

2883a "performance deficiency" based upon Petitioner's failure to

2891maintain the planted areas as required by the contract and as

2902directed by the Department in the letters dated August 13

2912and 15, 2002. Petitioner did not contest the deficiency within

2922the ten - day period prescribed by the letter.

293152. By letter dated August 22, 2002, the Department

2940requested that Petitioner submit the Warranty/Maintenance Bond

2947required by the contract since "substantial completion has been

2956achieved on the . . . project." The letter further advised

2967Petitioner that the one - year establishment period would not

2977commence until the bond was received by the Department.

2986Petitioner did not respond to the letter.

299353. By letter dated August 27, 2002, the Department

3002provided Petitioner with a "punch list" of items that required

3012correction before the pro ject could be accepted. The list

3022included the replacement of dead palm trees and dead or under -

3034sized plumbago shrubs at all of the sites; missing pine straw

3045mulch at all of the sites; weeding and general clean - up of all

3059of the sites; and submittal of the Warranty/Maintenance Bond.

306854. At the time of the Department's August 27, 2002,

3078letter, 12 days still remained in the installation period.

3087Petitioner did not respond to the letter and it made no effort

3099to complete the punch list items identified by the Department.

310955. The Department never accepted the work performed by

3118Petitioner under the contract because of the deficiencies

3126identified above. As a result, the 365 - day post - acceptance

3138establishment period never commenced.

314256. Petitioner never provided th e Department the

3150Warranty/Maintenance Bond required by Section 580 - 11 of the

3160Standard Specifications, which was incorporated by reference

3167into the contract.

317057. The Lake Mary site is highly visible because the

3180adjacent roads are very heavily traveled.

318658. The Department received complaints regarding the

3193appearance of the Lake Mary site. The complaints came from

3203Seminole County officials and members of the public.

3211D. Alternative Weed Fabric Proposed by Petitioner

321859. The specifications package for the con tract provided

3227general requirements for the weed fabric to be used on the

3238project. It did not, however, specify a specific brand of

3248fabric which must be used.

325360. The specifications package provided that "[t]he fabric

3261shall conform to the physical require ments on Roadway and

3271Traffic Design Standards, Index No. 199 according to its

3280application."

328161. Index No. 199 refers to the weed fabric as an "erosion

3293mat," and requires it to have an ultra violet (UV) rating of

33052,000 hours. Index No. 199 does not prescri be criteria for

3317water permeability for the weed fabric.

332362. Petitioner provided the information in the

3330specifications package relating to the weed fabric to its

3339material supplier, who then provided Petitioner a fabric that

3348met the specifications. The Dep artment was not involved in

3358those discussions.

336063. As required by the specifications package, Petitioner

3368provided the Department a copy of the product data sheet for the

3380selected fabric so that the Department could confirm that the

3390fabric met the require ments of Index No. 199.

339964. The weed fabric which Petitioner selected was called

"3408gold line." It had a UV rating of 2,500 hours, which met the

3422requirements of Index No. 199. It had a water permeability

3432rating of 15 gallons per minute per square foot (gal /min/SF).

344365. After encountering the problems described above at the

3452Lake Mary site, Petitioner began looking for an alternative weed

3462fabric which would be more permeable to water.

347066. The alternative fabric identified by Petitioner was

"3478Style 125EX" from Linq Industrial Fabrics, Inc. The water

3487permeability rating for that fabric was 150 gal/min/SF, but its

3497UV rating was only 500 hours.

350367. Mr. Welch provided the data sheet for the Style 125EX

3514fabric to Mr. Bass and requested that Petitioner be allowed to

3525substitute that fabric for the fabric that it had used at the

3537Lake Mary site. The Style 125EX fabric would have been used on

3549the remaining sites, because the Lake Mary site had been

3559completed with the original weed fabric by that time.

356868. That request wa s denied by the Department because the

3579UV rating for the Style 125EX fabric did not meet the

3590requirements of Index No. 199. The lower UV rating meant that

3601the fabric would not hold up as long and, therefore, could

3612create maintenance problems in the future .

361969. After the request to substitute the Style 125EX fabric

3629was denied, Petitioner did not attempt to locate an alternative

3639material which met the UV rating specified in Index No. 199, but

3651was more permeable to water than the gold line fabric.

3661E. Petitio ner's Default and Unsatisfactory

3667Performance Rating

366970. Section 8 - 9.1 of the contract provides that:

3679The following acts or omissions constitute

3685acts of default and . . . the Department

3694will give notice, in writing, to the

3701Contractor and his surety for any delay,

3708neglect or default, if the Contractor:

3714* * *

3717(c) performs the work unsuitably, or

3723neglects or refuses to remove materials or

3730to perform anew such work that the Engineer

3738rejects as unacceptable and unsuitable;

3743(d) discontinues prosec ution of the work,

3750or fails to resume discontinued work within

3757a reasonable time after the Engineer

3763notifies the Contractor to do so;

3769* * *

3772(j) for any other cause whatsoever, fails

3779to carry on the work in an acceptable

3787manner, . . . .

3792For a no tice based upon reasons stated in

3801subparagraphs (a) through (h) and (j): if

3808the Contractor, within a period of ten

3815calendar days after receiving the notice

3821described above, fails to correct the

3827conditions of which complaint is made, the

3834Department will . . . have full power and

3843authority, without violating the Contract,

3848to take the prosecution of the work out of

3857the hands of the Contractor and to declare

3865the contractor in default.

386971. On September 16, 2002, the Department notified

3877Petitioner that it inten ded to "default" Petitioner under the

3887contract based upon its failure to maintain the planted areas,

3897its failure to replace the dead plumbagos and palms, and its

3908failure to provide the required Maintenance/Warranty Bond. As

3916required by the contract, the l etter gave Petitioner 10 days to

3928cure the deficiencies in its performance.

393472. Petitioner did not respond to the Department's default

3943letter, nor did it take any action to cure the deficiencies

3954identified by the Department. As a result, on September 30,

39642 002, the Department formally declared Petitioner in default on

3974the contract and directed Petitioner not to perform any

3983additional work on the project.

398873. By letter dated October 22, 2002, the Department

3997advised Petitioner of its "preliminary" field perfor mance rating

4006for the contract. Petitioner received a raw score of 53 (out of

401890), which is a scaled score of 59. That is an unsatisfactory

4030rating.

403174. Petitioner did not contest its rating within the time

4041allowed by the Department's October 22, 2002, let ter. As a

4052result, the preliminary rating became final.

405875. Petitioner was not scored in the area of "maintenance

4068of traffic operations." The Department had not received any

4077complaints from the public on that issue, which is the primary

4088consideration upo n which that score is based.

409676. Had Petitioner received a "satisfactory" grade in that

4105category, Petitioner's total score would have been 60. If

4114Petitioner received a higher grade in that category, its total

4124score could have been as high as 63. In eithe r event, those

4137scores still result in an unsatisfactory rating.

414477. By letter dated February 12, 2003, the Department

4153advised Petitioner that it intended to declare Petitioner

4161non - responsible for a period of two years based upon its default

4174and unsatisf actory performance on Department contract number

4182E - 5G08. Petitioner timely requested a formal hearing, and this

4193proceeding followed. The Department stipulated at the hearing

4201that its decision to declare Petitioner non - responsible was not

4212based on Petit ioner's numerical performance rating (whether it

4221is 59, 60, or 63), but rather on the actual unsatisfactory

4232performance that is described above.

4237F. Subsequent Department Contract With Vila & Sons

424578. After Petitioner's default, the Department contracted

4252with another entity "in order to salvage the Department's

4261investment in this landscaping project, i.e. , ensure that the

4270plantings become established, . . . ."

427779. That contract, entered into in May 2003 between the

4287Department and Vila & Sons Landscaping C orporation, is

4296identified as contract number E - 5H09 (Vila & Sons Contract).

4307The contract amount was $112,461.36.

431380. The Vila & Sons Contract was for "one - time

4324maintenance" of three of the sites that Petitioner was

4333responsible for under its contract with the Department. The

4342sites were the I - 4/Lake Mary Boulevard interchange, the SR 25/SR

4354200 interchange, and the US 441/SR 46 interchange.

436281. The Vila & Sons Contract was only for a 60 - day period

4376and consisted of the following landscape maintenance functi ons:

43851) weeding [which includes pruning of

4391existing live shrubs], 2) removal and

4397replacement of dead shrubs, 3) fertilizing

4403[which includes "watering in"], 4)

4409remulching as necessary, 5) watering for

4415plant establishment and/or maintenance.

4419(Brackets in o riginal).

442382. The Vila & Sons Contract called for the installation

4433of 3,700 plumbago shrubs. It does not make reference to the

4445removal of dead palm trees, the re - erection of fallen palm

4457trees, or the installation of new palm trees.

446583. The bid form for the Vila & Sons Contract included

4476separate line - items for water, mulch pine bark, plumbago shrubs,

4487slow - release fertilizer, and "landscape maintenance (weed

4495removal, manual)."

449784. The record does not establish whether the Vila & Sons

4508Contract was satisf actorily performed or whether it was

4517successful in "salvaging" the installation work which had been

4526done by Petitioner.

452985. Between the time that Petitioner was declared in

4538default in September 2002 and May 2003 when the Vila & Sons

4550Contract was entered i nto, the Central Florida area had periods

4561of cold weather. The cold temperatures during those periods may

4571have killed some of the plumbagos and palm trees installed by

4582Petitioner, but the record does not establish how many plants,

4592if any, were killed by t he cold weather as compared to the

4605plants that were already dead at the time of Petitioner's

4615default.

4616CONCLUSIONS OF LAW

4619A. Jurisdiction and Burden of Proof

462586. The Division has jurisdiction over the parties to and

4635subject matter of this proceeding purs uant to Sections 120.569

4645and 120.57(1).

464787. The Department has the burden of proof in this

4657proceeding because it is the party seeking to change the status

4668quo and because it is asserting the affirmative on the issue of

4680Petitioner's non - responsibility. Se e, e.g., Dept. of

4689Transportation v. J.W.C. Co., Inc. , 396 So. 2d 778, 788 (Fla.

47001st DCA 1981) (burden of proof is on party asserting the

4711affirmative of an issue unless a statute provides otherwise);

4720Amico v. Division of Retirement , 352 So. 2d 556 (Fla. 1st DCA

47321977) (agency had the burden of proof in case involving change

4743in person's retirement status); Balino v. Dept. of Health and

4753Rehabilitative Servs. , 348 So. 2d 349 (Fla. 1st DCA 1977)

4763(agency had the burden to establish that persons receiving

4772Medicaid benefits were no longer eligible). And cf.

4780Rule 14 - 22.0141(1) (creating presumption that bidders for

4789certain projects are responsible "unless the Department

4796determines that good cause exists to declare the contractor

4805non - responsible.")

480988. The partie s disagree as to the appropriate standard of

4820proof. The Department contends that the preponderance of the

4829evidence standard applies, see Department's PRO at 9; Petitioner

4838contends that the clear and convincing evidence standard

4846applies. See Petitioner's PRO at Paragraph 35.

485389. In Capeletti Brothers, Inc. v. Department of

4861Transportation , 362 So. 2d 346, 347 (Fla. 1st DCA 1978), the

4872court characterized a proceeding involving the suspension of a

4881contractor's certificate of qualification as "in effect [a]

4889li cense revocation proceeding[.]" The relief being sought by

4898the Department in this proceeding is substantially the same as

4908that in Capeletti Bothers . This proceeding is also penal in

4919nature because it will result in Petitioner's losing income that

4929it mig ht have received as the successful bidder on Department

4940contracts over the next two years. Accordingly, the clear and

4950convincing evidence standard of proof applies. See Dept. of

4959Banking & Finance v. Osborne, Stern & Co. , 670 So. 2d 932 (Fla.

49721996) (clear and convincing evidence standard applies in

4980disciplinary proceedings and proceedings to impose

4986administrative fines); Section 120.57(1)(j) (preponderance of

4992the evidence standard does not apply in "penal or license

5002disciplinary proceedings").

5005B. May the Department Declare Petitioner Non - responsible?

501490. Section 337.16(2) provides in pertinent part that:

5022[T]he department, for good cause, may

5028determine any contractor not having a

5034certificate of qualification nonresponsible

5038for a specified period of time or may deny,

5047suspend, or revoke any certificate of

5053qualification. Good cause includes, but is

5059not limited to, circumstances in which a

5066contractor or the contractor's official

5071representative:

5072* * *

5075(c) Fails to comply with contract

5081requirements, i n terms of payment or

5088performance record, or to timely furnish

5094contract documents as required by the

5100contract or by any state or federal statute

5108or regulation;

511091. Rule 14 - 22.0141, which implements this statute,

5119provides in pertinent part:

5123(1) Contract ors who wish to bid for the

5132performance of construction contracts less

5137than or equal to $250,000, or any

5145maintenance contracts, are presumed to be

5151responsible bidders unless the Department

5156determines that good cause exists to declare

5163the contractor non - res ponsible, which shall

5171include the following:

5174(a) One of the circumstances specified in

5181Section 337.16(2), Florida Statutes, occurs;

5186(b) The contractor or its affiliate

5192defaulted on any contract, or the contract

5199surety assumed control of or financia l

5206responsibility for, any contract of the

5212contractor;

5213* * *

5216(e) The contractor failed to comply with

5223contract requirements, or failed to follow

5229Department direction in the execution of the

5236contract;

5237* * *

5240(i) The contractor has demonstrat ed

5246instances of poor or unsatisfactory

5251performance, deficient management resulting

5255in project delay, poor quality workmanship,

5261a history of payment of liquidated damages,

5268untimely completion of projects where

5273liquidated damages were not paid,

5278uncooperative attitude, contract litigation,

5282claims, or defaults.

5285(j) When the department determines that

5291any other circumstance constituting "good

5296cause" under Section 337.16(2), Florida

5301Statutes, exists.

530392. The Department met its burden to prove that Petitioner

5313defaulted on contract number E - 5G08 by failing to weed and

5325maintain the beds during the installation period as required by

5335Section 580 - 10 of the Standard Specifications and as repeatedly

5346directed in the Department's August 2002 letters; by failing to

5356ensu re that the plants were "healthy, vigorous, and undamaged at

5367the time of acceptance" as required by Section 580 - 10 of the

5380Standard Specifications; and by failing to provide the

5388Warranty/Maintenance Bond required under the contract.

539493. The Department als o met its burden to prove that

5405Petitioner's performance on the contract was unsatisfactory as a

5414result of its failure to weed and maintain the beds and its

5426failure to replace the plants and trees that died during the

5437installation period.

543994. As a result, g ood cause exists to declare Petitioner

5450non - responsible under Section 337.16(2)(c) and Rule

545814 - 22.0141(1)(a), (b), (e), (i), and/or (j).

546695. Petitioner's misunderstanding of the scope of the

5474project is no excuse for its default and unsatisfact ory

5484performance since the specifications and the contract were

5492unambiguous. Specifically, the first page of the specification

5500package clearly stated that the contract included both a 270 - day

5512installation period and an additional 365 - day establishment

5521peri od, and the Standard Specifications clearly described the

5530contractor's obligations to keep the landscaped areas "free of

5539weeds and undesirable plant growth" prior to acceptance (Section

5548580 - 10); to maintain the plants and ensure their survival

5559through acce ptance ( Id. ) and for a one - year period after

5573acceptance (Section 580 - 11); and to provide a

5582Warranty/Maintenance Bond to the Department. Id.

558896. Contrary to Petitioner's argument and despite the fact

5597that Petitioner completed the installation of the plants within

5606the time prescribed by the contract, the evidence fails to

5616establish that Petitioner substantially performed all of its

5624obligations under the contract. Indeed, the evidence clearly

5632and conclusively establishes that Petitioner refused to perform

5640th e pre - acceptance weeding and maintenance of the beds required

5652under the contract and that it failed to submit the

5662Maintenance/Warranty Bond required under the contract or to

5670otherwise accept its responsibilities during the post - acceptance

5679maintenance perio d.

568297. Even if, as Petitioner argues, the Department's

5690refusal to allow the use of an alternative weed fabric can be

5702raised in this proceeding as a defense to its default under the

5714contract, the evidence does not support Petitioner's claims that

5723such refus al was unreasonable or that it created an

5733insurmountable obstacle to Petitioner's performance under the

5740contract. Indeed, the evidence establishes that the

5747Department's rejection of the single alternative weed fabric

5755proposed by Petitioner was based upon legitimate concerns

5763regarding the fabric's durability and that Petitioner did not

5772avail itself of other alternatives (such as watering at a lower

5783flow rate or using a drip line) that may have gotten more water

5796to the plants' roots.

5800C. For What Period Shou ld Petitioner

5807be Declared Non - responsible?

581298. The determination as to the length of time that

5822Petitioner should be declared non - responsible is governed by

5832Rule 14 - 22.0141(2), which provides:

5838Determination of Contractor Non -

5843Responsibility. The Contra ctor will be

5849determined to be non - responsible and

5856ineligible to bid on Department contracts

5862for a period of time, based on the

5870seriousness of the deficiency.

5874(a) Examples of factors affecting the

5880seriousness of a deficiency are:

58851. Impacts on proje ct schedule, cost, or

5893quality of work;

58962. Unsafe conditions allowed to exist;

59023. Complaints from the public;

59074. Delay or interference with the bidding

5914process;

59155. The potential for repetition;

59206. Integrity of the public construction

5926pr ocess; and

59297. The effect on the health, safety, and

5937welfare of the public.

594199. There is no evidence that Petitioner's performance

5949under the contract created an unsafe condition or adversely

5958affected the public safety. Nor is there any evidence of a

5969d elay or interference with the bidding process or the project

5980schedule.

5981100. Petitioner's performance did generate complaints from

5988the public because of the poor appearance of the Lake Mary site,

6000although the record does not reflect how many complaints wer e

6011received or whether any complaints were received about the other

6021sites.

6022101. Petitioner's poor performance and ultimate default

6029significantly impacted the cost of the project since it

6038ultimately required the Department to contract with another

6046company a t a cost of more than $112,000.00, "in order to salvage

6060the Department's investment in this landscaping project."

6067102. Petitioner's apparent ignorance of or blatant

6074disregard for its contractual obligations, as shown by its

6083refusal to provide pre - acceptan ce maintenance of the landscaped

6094areas and its refusal to recognize its obligations during the

6104establishment period, undermines the competitive bidding process

6111through which Petitioner obtained this contract. Moreover, in

6119light of Mr. Welch's continued mi sinterpretation of the relevant

6129provisions of the Standard Specifications, Petitioner's

6135unsatisfactory performance on this project is capable of

6143repetition on future projects if not addressed here.

6151103. These factors, taken together, support the

6158Departmen t's preliminary determination that Petitioner should be

6166declared non - responsible for a period of two years. And cf.

6178Rule 14 - 22.012(1)(a)4.(contractor's certificate of qualification

6185should be suspended for "at least one year" when it is

6196determined tha t contractor defaulted on a contract).

6204104. The record does not establish whether Petitioner has

6213bid on any Department projects since it was declared in default

6224in September 2002, or since February 2003, when the Department

6234gave notice of its intent to de clare Petitioner non - responsible.

6246Nevertheless, based upon Capeletti Brothers , supra , the period

6254of Petitioner's non - responsibility should commence on the date

6264that the Department enters its final order in this proceeding,

6274not an earlier date on which Pet itioner may have voluntarily

6285stopped bidding on Department projects.

6290RECOMMENDATION

6291Based upon the foregoing Findings of Fact and Conclusions

6300of Law, it is

6304RECOMMENDED that the Department of Transportation issue a

6312final order which declares Petitioner no n - responsible and

6322ineligible to bid on Department contracts for a period of two

6333(2) years, commencing on the date of the final order.

6343DONE AND ENTERED this 18th day of September, 2003, in

6353Tallahassee, Leon County, Florida.

6357S

6358T. KENT WETHERELL, II

6362Administrative Law Judge

6365Division of Administrative Hearings

6369The DeSoto Building

63721230 Apalachee Parkway

6375Tallahassee, Florida 32399 - 3060

6380(850) 488 - 9675 SUNCOM 278 - 9675

6388Fax Filing (850) 921 - 6847

6394www.doah.state.fl.us

6395Filed wi th the Clerk of the

6402Division of Administrative Hearings

6406this 18th day of September, 2003.

6412COPIES FURNISHED :

6415Robert M. Burdick, Esquire

6419Department of Transportation

6422Haydon Burns Building, Mail Station 58

6428605 Suwannee Street

6431Tallahassee, Florida 32399 - 04 58

6437Brant Hargrove, Esquire

6440Law Office of Brant Hargrove

64452984 Wellington Circle, West

6449Tallahassee, Florida 32308

6452James C. Myers, Clerk of Agency Proceedings

6459Department of Transportation

6462Haydon Burns Building, Mail Station 58

6468605 Suwannee Street

6471Tallahass ee, Florida 32399 - 0450

6477Pamela Leslie, General Counsel

6481Department of Transportation

6484Haydon Burns Building, Mail Station 58

6490605 Suwannee Street

6493Tallahassee, Florida 32399 - 0450

6498NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

6504All parties have the right to submit wri tten exceptions within

651515 days from the date of this Recommended Order. Any exceptions

6526to this Recommended Order should be filed with the agency that

6537will issue the final order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
PDF:
Date: 12/23/2003
Proceedings: Notice Directing the Clerk of Agency Proceedings to Prepare and Transmit the Record for Appeal filed.
PDF:
Date: 12/23/2003
Proceedings: Notice of Appeal filed.
PDF:
Date: 12/03/2003
Proceedings: Final Order filed.
PDF:
Date: 12/02/2003
Proceedings: Agency Final Order
PDF:
Date: 09/18/2003
Proceedings: Recommended Order
PDF:
Date: 09/18/2003
Proceedings: Recommended Order (hearing held July 11, 2003). CASE CLOSED.
PDF:
Date: 09/18/2003
Proceedings: Recommended Order cover letter identifying the hearing record referred to the Agency.
PDF:
Date: 09/02/2003
Proceedings: Department`s Proposed Recommended Order filed.
PDF:
Date: 09/02/2003
Proceedings: Petitioner`s Proposed Recommended Order filed.
PDF:
Date: 08/22/2003
Proceedings: Deposition (of Michael Huggins) filed.
PDF:
Date: 08/22/2003
Proceedings: Notice of Filing, Deposition of Michael Huggins filed.
Date: 08/13/2003
Proceedings: Transcript filed.
PDF:
Date: 07/21/2003
Proceedings: Notice of Taking Telephonic Depositions, M. Huggins filed.
Date: 07/11/2003
Proceedings: CASE STATUS: Hearing Held.
PDF:
Date: 07/10/2003
Proceedings: Amended Witness List (filed by B. Hargrove via facsimile).
PDF:
Date: 07/10/2003
Proceedings: Amendment to Department`s Prehearing Statement filed.
PDF:
Date: 07/09/2003
Proceedings: Petitioner`s Prehearing Statement (filed via facsimile).
PDF:
Date: 07/08/2003
Proceedings: Department`s Prehearing Statement filed.
PDF:
Date: 07/02/2003
Proceedings: Amended Notice of Taking Depositions Duces Tecum, J. Pankee filed.
PDF:
Date: 06/30/2003
Proceedings: Notice of Taking Depositions Duces Tecum, C. Landers, J. Pankee filed.
PDF:
Date: 06/19/2003
Proceedings: Order Granting Continuance and Re-scheduling Video Teleconference (video hearing set for July 11, 2003; 9:00 a.m.; Orlando and Tallahassee, FL).
PDF:
Date: 06/17/2003
Proceedings: Motion to Continue (filed by B. Hargrove via facsimile).
PDF:
Date: 05/27/2003
Proceedings: Notice of Taking Deposition Duces Tecum, CPW Enterprises, Inc., d/b/a Cherokee Construction Co. filed.
PDF:
Date: 04/11/2003
Proceedings: Order of Pre-hearing Instructions issued.
PDF:
Date: 04/11/2003
Proceedings: Notice of Hearing issued (hearing set for June 24, 2003; 9:00 a.m.; Orlando, FL).
PDF:
Date: 04/07/2003
Proceedings: Notice of Intent to Declare Non-Responsible filed.
PDF:
Date: 04/07/2003
Proceedings: Request for Formal Hearing filed.
PDF:
Date: 04/07/2003
Proceedings: Agency referral filed.

Case Information

Judge:
T. KENT WETHERELL, II
Date Filed:
04/03/2003
Date Assignment:
04/07/2003
Last Docket Entry:
12/23/2003
Location:
Orlando, Florida
District:
Middle
Agency:
ADOPTED IN PART OR MODIFIED
Suffix:
DDC
 

Counsels

Related Florida Statute(s) (3):