Creative Times Dayschool, Inc. ( 2016 )


Menu:
  •                 ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeals of --                                )
    )
    Creative Times Dayschool, Inc.               )      ASBCA Nos. 59507, 59779
    )
    Under Contract No. W912DW-l l-D-1018         )
    APPEARANCE FOR THE APPELLANT:                       Judith Ward Mattox, Esq.
    Colorado Springs, CO
    APPEARANCES FOR THE GOVERNMENT:                     Thomas H. Gourlay, Jr., Esq.
    Engineer Chief Trial Attorney
    Ian D. Clunies-Ross, Esq.
    Engineer Trial Attorney
    U.S. Army Engineer District, Seattle
    OPINION BY ADMINISTRATIVE JUDGE MCILMAIL
    The government contracted with appellant, Creative Times Dayschool, Inc.
    (CTI), for paving and roofing work at a shipyard. CTI's claims include that (1) the
    government constructively changed the work, (2) CTI is entitled to delay costs,
    (3) CTI is entitled to recovery of professional consulting fees, and (4) the government
    improperly assessed liquidated damages for delayed completion of the work. A
    hearing was held and only entitlement is before us. We dismiss one appeal for lack of
    jurisdiction, and sustain the other in part.
    FINDINGS OF FACT
    General background
    In September 2011, the U.S. Army Corps of Engineers (government) awarded
    Single Award Task Order Contract (SATOC) No. W912DW-l l-D-1018 to CTI for
    maintenance, repair, and construction work (R4, tab 3 at 1, 3). On 29 September 2012,
    the government awarded Task Order 0002 under the SATOC to CTI to perform
    roofing repairs and maintenance yard paving at Lake Washington Ship Canal in
    Seattle, Washington, for the fixed price of $398,644 (R4, tab 4 at 1-4). The task order
    identified six buildings requiring roofing work, and two areas requiring paving work
    (R4, tab 96). The task order completion date was 11 June 2013 (id. at 5, ~ 3). On
    9 October 2012, CTI received the government's notice to proceed with the work,
    effective that date (R4, tab 6).
    The task order provides that "a Standard Construction Management Team
    (SCMT), as defined in Paragraph 4.1.2 of the [SATOC's] Statement of Work, is
    required for this Task Order" (R4, tab 4 at 5, ii 2). Paragraph 4.1.2 of the SATOC
    provides that "[a] Standard Construction Management Team is defined as having
    separate individuals serving as Superintendent, Quality Control Manager, and Site
    Safety and Health Officer" (R4, tab 3 at 53). Section 10.3.6 of the task order's
    statement of work provides that "[t]he superintendent may perform as the QC System
    Manager" (R4, tab 4 at 12).
    Section 3.1 of the statement of work, Fall Arrest System, provides:
    Provide a roof fall arrest system which provides access to
    all parts of the roof without having to disengage the
    system.... The system at a minimum shall support three
    people at 300 hundred pound[ s] each.
    (R4, tab 4 at 9) In April 2013, CTI informed the government that its research "found there
    is no 3 man per 300 lb each rated system," and recommended "a two man 300 lb rated
    system" (R4, tab 12). The government responded that fall arrest systems were available
    that met the "three people at 300 pound each" contract requirement (id. at 1).
    Paving, roofing, and liquidated damages
    Section 9 .1 of the task order's statement of work, Asphalt Pavement Overlay,
    provides that "[t]he contractor shall provide all the labor, equipment, and materials to
    provide a 2 inch asphalt overlay in the maintenance yard areas as shown in sketch l"
    (R4, tab 4 at 11 ). Among the areas listed on and depicted in "sketch 1" to the task
    order are two "Maintenance Yard Paving" areas that, in sketch 1, are outlined in red
    and marked with the number "7" (R4, tab 4 at 25, tab 96). One of those, the "east
    section," is depicted in the lower right comer of sketch 1 (R4, tab 4 at 25; tr. 1/26, 33,
    244-45). Before CTI bid on the contract, it attended a site visit during which the
    government's project lead is said to have stated, referring to the east section, that "[w]e
    don't believe that we have the money to do this, so we're not going to look at it"
    (tr. 1/23-25, 31, 93-94).
    Sketch 1 also lists and depicts six buildings that are identified in section 2 of the
    task order's statement of work as requiring the installation of an "EPDM Roof
    Membrane Overlay System" (R4, tab 4 at 7, tab 96). Section 2.1 of the task order's
    statement of work provides:
    Provide EPDM roof membrane overlay system applied
    over new recovery/insulation board substrate which is
    sloped to provide positive drainage. The contractor shall
    2
    evaluate the existing roof system and submit for
    information only design details for the new roofing system.
    The design will incorporate surfaces which are rigid, clean,
    dry, smooth and free from cracks, holes and sharp changes
    in elevation. The contractor shall ensure that existing/new
    flashing, drains, control joints, expansion joints, and vents
    are in place prior to application of roofing materials.
    (R4, tab 4 at 7)
    The SATOC provides that "[i]f the Contractor fails to complete the work within
    the time specified in the contract, the Contractor shall pay liquidated damages to the
    Government in the amount of $482.00 for each calendar day of delay until the work is
    completed or accepted" (R4, tab 3 at 17). The SATOC also incorporates by reference
    FAR 52.242-14, SUSPENSION OF WORK (APR 1984) (R4, tab 3 at 15), which provides,
    at paragraph (b ):
    If the performance of all or any part of the work is, for an
    unreasonable period of time, suspended, delayed, or
    interrupted ( 1) by an act of the Contracting Officer in the
    administration of this contract, or (2) by the Contracting
    Officer's failure to act within the time specified in this
    contract (or within a reasonable time if not specified), an
    adjustment shall be made for any increase in the cost of
    performance of this contract (excluding profit) necessarily
    caused by the unreasonable suspension, delay, or
    interruption, and the contract modified in writing
    accordingly.
    On 8 February 2013, the government informed CTI that it was concerned with
    CTI' s lack of progress in prosecuting the work, particularly because, the government
    stated, "weather conditions have been satisfactory for commencement of this work, yet
    no work has occurred" (R4, tab 7). 1 On 15 February 2013, CTI responded that it had
    decided to wait until the spring to begin the work, its subcontractor having advised that
    seven days of no precipitation were needed to start the work (R4, tab 8 at 1). On
    24 April 2013, CTI notified the government of water trapped under the existing
    roofing of the "Generator Building," and recommended the removal of the existing
    roofing (R4, tab 13). On 25 April 2013, the government responded that CTI had the
    opportunity to assess the condition of the existing roof during the site visit and, thus,
    the government did "not acknowledge any time or cost impact associated with the
    work required to meet the performance standards" of the task order (id.).
    1
    The government also stated that the contract completion date was 6 June 2013 (id.).
    3
    CTI followed up on 30 April 2013, characterizing the water as a differing site
    condition, and again proposed replacement of the existing roofing system (R4, tab 15).
    On 2 May 2013, the government informed CTI that it was evaluating the roofs, and
    asked CTI what the cost would be for "full roof replacement" (R4, tab 16). On
    15 May 2013, CTI provided a cost breakdown (R4, tab 18 at 1-2). On 16 May 2013,
    CTI informed the government that:
    It is [CTI's] position that the asphalt work should be done
    at the end of the project in order to protect the new asphalt.
    We are concerned about driving heavy equipment on the
    new asphalt and the damage it will cause. There is no way
    we can complete the roofing project without accessing the
    area where the asphalt will be installed.
    (R4, tab 38 at 25) We find that statement credible and uncontroverted, and
    accordingly find that CTI had to complete the roofing before commencing with
    pavmg.
    On 24 May 2013, the government requested from CTI a proposal "to remove
    existing roof and replace" (R4, tab 20 at 1). CTI provided its proposal on 30 May
    2013 (R4, tab 21 at 1-2). The parties negotiated terms for the roofing change (that is,
    full replacement of all six roofs) at least through 11June2013, including, according to
    a 10-11June2013 email string between CTI and the government's project lead, the
    following "main point":
    Duration: Contractor agrees to 90 calendar days from
    June 16th, 2013.
    (R4, tab 22) On 13 June 2013, CTI provided a price proposal for removing and
    replacing all six roofs (R4, tab 24). On 17 June 2013, 54 days after CTI's 24 April
    2013 notice to the government of water under the existing roofing, the parties signed
    Modification No. ROOOOI, providing for the deletion of section 2.1 of the task order's
    statement of work, and its replacement with the following:
    The contractor shall completely remove the existing roof
    system to the concrete deck. The contractor will rebuild
    the roof by placing an adhered vapor barrier, 3 inches of
    closed-cell polyisocyanurate with glass reinforced mat
    facer insulation board, new recovery/insulation board
    substrate which is sloped to provide positive drainage and
    the EPDM roof membrane overlay. The new roof will
    incorporate surfaces which are rigid, clean, dry, smooth
    4
    and free from cracks, holes and sharp changes in elevation.
    The contractor shall ensure that new flashing, drains,
    control joints, expansion joints, and vents properly
    installed and working prior to application of roofing
    materials.
    (R4, tab 5 at 2) Modification No. ROOOO 1 also added two new sections to the
    statement of work, providing for new drains to certain of the project roofs (id.). The
    modification states:
    The contract completion date shall be extended by
    90 calendar days by reason of this modification.
    (Id. at 3) Ninety days after the original, 11 June 2013 task order completion date was
    9 September 2013. Finally, the modification includes no express release language
    (R4, tab 5).
    On or about 12 June 2013, CTI wrote to the government that there was a
    discrepancy between "what asphalt work was identified at the job walk and
    subsequently bid and what asphalt work was identified in the [statement of work]"
    (R4, tab 23 at 1). On 19 June 2013, the government informed CTI that "[t]he
    Contractor is required to complete all paving work in this contract before the contract
    completion date" (R4, tab 25). On 1 August 2013, the government directed CTI ''to
    proceed with asphalt paving work as required by contract," and "reminded [CTI] that
    the completion date for this contract is 9 September 2013" (R4, tab 29). On 15 August
    2013, CTI wrote to the government "confirm[ing] that the completion date remains
    9 September 2013" (R4, tab 38 at 16). On 7 October 2013, CTI stated that "[o]n
    15 August 2013, CTI...confirmed that it understood that the contract completion date
    on the project remained 9 September 2013" (R4, tab 38 at 2).
    CTI completed the work, and the government took beneficial occupancy, on
    1November2013 (R4, tabs 40, 41). On 3 December 2013, the contracting officer sent
    CTI a letter stating that CTI had finished work 53 days past the contract completion
    date, and that "in accordance with contract requirements, the Government will retain
    liquidated damages from your next pay request on this contract in the amount of
    $25,546" (R4, tab 41 ). The government concedes that it has assessed liquidated
    damages (gov't br. at 15).
    The Request for Equitable Adjustment, and subsequent appeals
    The SATOC incorporates by reference FAR 52.233-1, DISPUTES (JUL 2002)
    (R4, tab 3 at 14), which provides, at paragraph (e):
    5
    For Contractor claims of $100,000 or less, the Contracting
    Officer must, if requested in writing by the Contractor,
    render a decision within 60 days of the request. For
    Contractor-certified claims over $100,000, the Contracting
    Officer must, within 60 days, decide the claim or notify the
    Contractor of the date by which the decision will be made.
    On 10 January 2014, CTI presented to the contracting officer a request for equitable
    adjustment (REA) in the amount of$348,126.05, including an express request for the
    "recission of all assessed Liquidated Damages" (R4, tab 44 at 1, 4, 10, 14, 16). The
    REA did not expressly request a contracting officer's final decision, but stated:
    While it is understood that the Government has 60 days to
    respond, CTI believes that it should receive a response
    sooner than 60 days to facilitate a more expeditious
    settlement to this REA and a 'Kick-off meeting in Seattle'
    to settle this matter.
    (R4, tab 44 at 11) The REA was accompanied by a "FAR 33.207 Certification of
    Claim," dated 10 January 2014, that stated: 2
    Pursuant to [Federal Acquisition Regulation] FAR 33.207,
    I Les Syme, Vice President, of CTI Construction, do
    hereby state the following:
    I certify that the claim is made in good faith; that the
    supporting data are accurate and complete to the best of
    my knowledge and belief; that the amount requested of
    $348, 126.05 accurately reflects the contract adjustment for
    which the contractor believes the Government is liable;
    and that I am duly authorized to certify the claim on behalf
    of the contractor.
    (R4, tab 44 at 1, 16)
    On 3 February 2014, the government responded that it would treat the REA as a
    claim (R4, tab 45). CTI replied on 7 February 2014 that the REA "was being submitted
    to facilitate settlement discussions," withdrew its FAR 33.207 certification, and provided
    a certification for the REA under Department of Defense FAR Supplement (OF ARS)
    252.243-7002, stating:
    2   The certification was notarized on 9 January 2014; a discrepancy that we find
    immaterial.
    6
    I certify that the request is made in good faith and that the
    supporting data are accurate and complete to the best of
    my knowledge and belief.
    (R4, tab 46 at 2)
    The parties then attempted to settle the matter, unsuccessfully (R4, tabs 47-55).
    On 30 April 2014, CTI supplemented the REA, requesting $606, 176.42 (R4, tab 56
    at 1, 10). The contracting officer responded to the REA on 14 July 2014, finding it
    without merit (R4, tab 62 at 1, 6).
    By letter dated 16 July 2014, CTI requested a contracting officer's final
    decision on the REA, attaching a certification of the $606, 176.42 amount in the
    language required by Contract Disputes Act (CDA), 
    41 U.S.C. § 7103
    (b) (R4, tab 63
    at 2-3). Although the letter states that the certification is dated 16 July 2014, the
    certification is dated 17 July 2014, and a notary stated that she witnessed that the
    certification was signed on 17 July 2014 (R4, tab 63 at 2-3). The contracting officer
    stated that the government would act on the claim "based on a 16 July 2014 receipt
    date" (R4, tab 64); however, we find, based on the notary's statement, that the
    contracting officer received the claim certification on 17 July 2014.
    On 19 August 2014, CTI filed an appeal from the 14 July 2014 response to the
    REA; we docketed that appeal as 
    ASBCA No. 59507
    . On 12 September 2014, the
    government moved to dismiss 
    ASBCA No. 59507
     for lack of jurisdiction. In response
    CTI asserted that "the first Certified Claim was submitted on 10 January 2014 under
    FAR 33.207, which starts interest accruing as of the date the [contracting officer]
    receives the Certified Claim" (i.e., 10 January 2014)" (resp. at 4).
    On 18 December 2014, the contracting officer denied the 17 July 2014 claim
    (R4, tab 2). CTI appealed on 5 January 2015; we docketed the appeal as 
    ASBCA No. 59779
     and consolidated it with 
    ASBCA No. 59507
    . On 29 July 2015, we deferred
    the government's motion to dismiss 
    ASBCA No. 59507
     pending a decision upon
    entitlement.
    During the 2015 hearing of the appeals, CTI's vice-president, who certified the
    IO January 2014 REA (R4, tab 44 at 16), gave the following testimony on direct
    examination conducted by CTI's counsel:
    Q: Okay. And the REA that's contained at Tab
    Number 44 in the Rule 4 file, who prepared that for CTI?l31
    3   At tab 44 of the Rule 4 file is found the 10 January 2014 REA.
    7
    A: We had to hire a consultant to put that
    together for us.
    Q: And why did you hire a consultant?
    A: I'm a guy in the field. Nobody -- we have to
    get experts to be able to put this together to do it the
    proper way. We just don't have the expertise.
    Q: And did CTI submit this REA for
    purposes of litigating this case today?
    A: I would say yes.
    (Tr. 1/230)
    DECISION
    Jurisdiction
    The government challenges our jurisdiction to entertain 
    ASBCA No. 59507
    ,
    because, the government says, the appeal is from a decision regarding an REA, not a
    claim. CTI' s apparent position is that the 10 January 2014 REA was and is a claim.
    Our jurisdiction to entertain an appeal under the CDA depends upon the existence of a
    contracting officer's final decision on a government or contractor claim, or a deemed
    denial of a contractor claim. See 
    41 U.S.C. §§ 7103
    (f)(5), 7104(a). A contractor claim
    need not be expressed in a particular form, but must manifest the intention to obtain a
    contracting officer's final decision. Southern Automotive Wholesalers, Inc., 
    ASBCA No. 53671
    , 03-1BCAii32,158 at 158,998. A "claim" is "a written demand or written
    assertion by one of the contracting parties seeking, as a matter of right, the payment of
    money in a sum certain, the adjustment or interpretation of contract terms, or other
    relief arising under or relating to the contract." Air Services, Inc., 
    ASBCA No. 59843
    ,
    15-1BCAii36,146 at 176,426 (quoting FAR 2.101). We determine whether a
    contractor's submission is a CDA claim on a case-by-case basis, applying a common
    sense analysis. We may examine the totality of the correspondence between the
    parties in determining the sufficiency of a claim. 
    Id.
    A claim exceeding $100,000 must be certified in accordance with 
    41 U.S.C. § 7103
    (b). The language of that certification also appears at FAR 33.207. In such a
    case, interest accrues from the date that the contracting officer receives the
    certification. See Industrial Contractors, Inc., 
    ASBCA No. 31270
    , 91-3 BCA
    ii 24,053 at 120,421.
    8
    The certification of an REA under FAR 33.207 is evidence that an REA is
    intended as a claim. See Southern Automotive Wholesalers, 03-1 BCA ~ 32,158
    at 158,998. On the other hand, the certification of an REA under DFARS 252.243-7002
    is evidence that an REA is not intended as a claim. See Certified Construction Co. of
    Kentucky, LLC, 
    ASBCA No. 58782
    , 14-1BCA~35,662 at 174,572. An REA can be
    converted into a claim by the provision of a CDA certification and a request for a
    contracting officer's final decision. See 
    id.
    On 10 January 2014, CTI submitted the REA to the contracting officer.
    Although the REA did not explicitly request a contracting officer's final decision, and
    suggested that the parties meet "to settle the matter," it requested a sum certain
    ($348, 126.05), and was certified under FAR 33.207. It also stated the "understanding"
    that the government "ha[ d] 60 days to respond" to the REA, which we take as a
    reference to the 60-day period within which the SATOC's disputes clause (and
    
    41 U.S.C. § 7103
    (t)(l )-(2)) requires that, in general, a contracting officer render a
    decision on a contractor's claim. All those manifest that on 10 January 2014, CTI
    intended to obtain a contracting officer's final decision on the REA, and that,
    therefore, the REA was, on that date, a claim. 4 That conclusion is consistent with the
    much later hearing testimony of CTI' s vice-president (who on 10 January 2014
    certified the REA), that the REA was submitted "for purposes of litigating this case."
    Finally, CTI's position in response to the government's motion to dismiss was that
    "the first Certified Claim was submitted on 10 January 2014 under FAR 33.207, which
    starts interest accruing as of the date the [contracting officer] receives the Certified
    Claim" (i.e., 10 January 2014)" (resp. at 4). Upon this record, we find that when CTI
    first submitted the REA to the contracting officer, the REA was a claim, including for,
    as stated in the REA, the recission of liquidated damages.
    However, on 7 February 2014, CTI withdrew the REA's FAR 33.207
    certification, and certified the REA under DF ARS 252.243-7002, indicating its intent
    that the REA no longer be treated as a claim, thereby converting it to a non-claim
    REA. Because the REA lost its claim status on 7 February 2014, the contracting
    officer's 14 July 2014 response to the REA is not a contracting officer's final decision
    denying a claim. Consequently, we lack jurisdiction to entertain the appeal from the
    contracting officer's 14 July 2014 response, and dismiss 
    ASBCA No. 59507
    . 5
    4
    This finding is consistent with CTI's statement, in response to the government's
    motion to dismiss 
    ASBCA No. 59507
     for lack of jurisdiction, that as of
    10 January 2014, "the [government] was obligated to review the REA and issue
    a Final Decision by 12 March 2014 [61 days later], or advise of a reasonable
    date by which the Final Decision would be issued" (resp. at 6).
    5   CTI appears to assert that we have jurisdiction in ASBCA 59507 as a direct appeal
    from the assessment of liquidated damages in 2013 (resp. at 3), but CTI's notice
    9
    Nevertheless, on 17 July 2014, CTI expressly requested a contracting officer's
    final decision on the REA, and provided the certification required under the CDA for
    requests exceeding $100,000, converting the REA once again into a claim. Because
    the contracting officer's 18 December 2014 decision denied that claim, we possess
    jurisdiction to entertain 
    ASBCA No. 59779
    , CTI's timely appeal from that decision.
    Whether the government constructively changed the paving work
    CTI claims that the government constructively changed the paving work (app.
    br. at 4). We find no evidence that CTI performed paving work beyond that depicted in
    sketch 1 to the task order. Although CTI says that the statement of the government's
    project lead during the site visit that "we don't believe we have the money" to pave the
    east area caused it "not to bid the east area on the Sketch" (app. br. at 7), CTI contracted
    to pave that "east section," which is depicted in the lower right-hand comer of sketch 1
    to the task order. Having failed to demonstrate that it performed any paving work in
    addition to that depicted in sketch 1, CTI is not entitled to additional compensation for
    pavmg.
    Whether the government delayed the roofing work
    CTI appears to claim entitlement to additional compensation for government-caused
    delays to roofing and paving work, contending that the government delayed the work by
    taking from 25 April 2013 through 17 June 2013 to issue Modification No. ROOOO 1 to
    account for what CTI says was a defective specification (app. br. at 8-9, 11-12; app. reply
    br. at 2-4 ). CTI fails to demonstrate such entitlement.
    We assume that the specification that CTI says was defective is the original
    version of section 2.1 of the task order's statement of work, one of the subjects of
    Modification No. ROOOO 1. First, CTI does not explain how the specification was
    defective, and we see no obvious defect in that specification. Indeed, the principal
    difference between the original and modified sections 2.1 is that the former required the
    contractor to "evaluate the existing roof system and submit for information only design
    details for the new roofing system," and the latter required the contractor to "completely
    remove the existing roof system to the concrete deck," and "rebuild the roof by placing
    an adhered vapor barrier, 3 inches of closed-cell polyisocyanurate with glass reinforced
    mat facer insulation board." None of that strikes us as correcting a defect in the original,
    and CTI points to no expert testimony to the contrary. CTI points to the parties'
    agreement to the modification itself as evidence of a defect in the original specification
    (app. reply br. at 2), but the impetus behind the modification was CTI's notice to the
    of appeal indicates that the appeal is only from the contracting officer's 14 July
    2014 denial of the REA.
    10
    government that it had encountered water under the existing roofing system. That
    indicates a problem with roof conditions, not with the roofing specification.
    Second, in order to recover under the Suspension of Work clause a contractor
    must prove that the work was suspended or delayed for an unreasonable period of time
    by an act of the contracting officer in administration of the contract, or by the
    contracting officer's failure to act within a reasonable time. Strand Hunt Construction,
    Inc., 
    ASBCA No. 55905
    , 13 BCA ii 35,287 at 173, 188. CTI fails to demonstrate that
    the government unreasonably delayed the modification. In any situation involving
    such delays (for example, of the approval of shop drawings), a contractor is not
    entitled to any adjustment unless the delay is unreasonable. H.Z. & Co., 
    ASBCA No. 29776
    , 87-1 BCA ii 19,384, at 98,007. On 24 April 2013, CTI proposed roof
    removal and replacement to deal with water under the existing roofing system. The
    government rejected the recommendation the next day. Five days later, CTI again
    proposed roof removal. Two days later, the government asked how much that would
    cost; CTI answered 13 days after that. Nine days later, the government requested a
    cost proposal; five days after that, CTI provided that proposal. The parties negotiated
    for at least another 11 days. On 13 June 2013 CTI provided a price proposal, and on
    17 June 2013, 54 days after CTI's 24 April 2013 notice of the existence of water under
    the existing roofing system, the parties signed Modification No. ROOOOl, specifying
    roof removal and replacement.
    None of that sequence of events strikes us as unreasonable government delay; it
    indicates the parties' diligent, cooperative, and successful efforts to grapple with an
    unexpected issue. Indeed, CTI cites no authority in support of its position, not even
    any in which analogous circumstances constituted unreasonable delay. We find no
    obviously unreasonable government delay during that period, which consists of several
    discrete segments of no more than 14 days each. Cf R.J Crowley, Inc., 
    ASBCA No. 35769
    , 88-3 BCA ii 21,151at106,786-88 (30 days to review submittals not found
    unreasonable).
    Whether the government constructively changed the "management team"
    CTI contends that the government constructively changed the contract to
    require a three-person management team instead of a two-person team, but fails to
    point to any record evidence in support of its apparent position that, after it was
    awarded the task order, the government insisted upon a three-person management team
    (app. br. at 9-10). We will not scour the record for such evidence, and, therefore,
    without deciding whether CTI was ultimately obligated to provide a three-person
    management team, we hold that CTI has failed to demonstrate entitlement to
    additional compensation on this issue.
    11
    Whether the government constructively changed the contract's 'fall arrest" system
    CTI claims that the government constructively changed the contract's "fall arrest"
    system; that is, the safety system that the task order required to prevent CTI's workers
    from falling off buildings while performing roofing work (app. reply br. at 4). The task
    order required a system capable of supporting three 300-pound persons; there is no
    evidence that the government changed that requirement. CTI claims that a constructive
    change was "caused by a combination of [a] Differing Site Condition and the
    Government's failure to respond to" CTI's request to provide only a two-person fall
    system, but a constructive change occurs when a contractor performs work beyond the
    contract requirements, without a formal order under the changes clause, due either to an
    express or implied informal order from an authorized government official or to
    government fault. Circle, LLC, 
    ASBCA No. 58575
    , 15-1 BCA ~ 36,025 at 175,976.
    Because CTI does not demonstrate that it provided a fall arrest system beyond the three
    300-pound person system that the task order required, it fails to demonstrate that the
    government constructively changed the task order's fall arrest system requirement.
    Consequently, CTI has failed to demonstrate entitlement to additional compensation on
    this issue.
    Whether CTI is entitled to recover the cost ofprofessional consulting fees
    CTI claims entitlement, pursuant to FAR 31.205-33, to recover consulting fees
    incurred in the preparation of the 10 January 2014 REA (app. br. at 14). Although
    costs of professional and consultant services are allowable in some circumstances,
    FAR 31.205-33, states such costs are unallowable if incurred in connection with
    "claims or appeals or the prosecution of claims or appeals against the Federal
    Government." FAR 31.205-47(f)(l). We have held above that the 10 January 2014
    REA was, when first submitted, a claim; indeed, CTI's vice-president, who certified
    the REA, testified that the 10 January 2014 REA was submitted for purposes of
    litigation. Moreover, although in its post-trial brief CTI appears to assert that there is
    no factual basis to conclude that the consulting fees were incurred for purposes of
    filing a claim (app. br. at 15), its earlier position in response to the government's
    motion to dismiss was that "the first Certified Claim was submitted on 10 January
    2014 under FAR 33.207" (resp. at 4). Because the 10 January 2014 REA was, when
    submitted, a claim, any consulting fees incurred in the preparation of that REA are in
    connection with "claims or appeals or the prosecution of claims or appeals against the
    Federal Government," and, therefore, are unallowable. Accordingly, CTI is not
    entitled to recover the cost of professional consulting fees.
    Whether CTI is entitled to the rescission of liquidated damages
    CTI challenges the government's assessment of liquidated damages (app. br.
    at 12). The government has the initial burden of proving that CTI failed to meet the
    12
    completion date and that the period of time for which it assessed liquidated damages is
    correct. KEMRON Environmental Services Corp., 
    ASBCA No. 51536
    , 00-1 BCA
    ~ 30,664 at 151,399. The government has met that burden. The original task order
    completion date was 11 June 2013, and was extended 90 days by Modification
    No. ROOOOl, making the new completion date 9 September 2013. Work was
    completed on 1 November 2013, 53 days later. The task order provided for liquidated
    damages in the amount of $482 for each calendar day of delay; that amount times
    53 equals $25,546, the amount that the contracting officer assessed.
    CTI contends that it "had not agreed to [9 September 2013] as the new Contract
    Completion Date" and that "the emails regarding the negotiations on [Modification
    No. ROOOO 1] are clear that the duration agreed upon was to run 90 calendar days from
    16 June 2013," but contradicts itself by stating that "Beneficial Occupancy occurred
    on 1November2013, 53 days past the Contract Completion Date" (app. br. at 8, 12,
    30, ~ 17). In addition, on 15 August 2013, CTI confirmed its understanding that the
    completion date was 9 September 2013, and reconfirmed that understanding on
    7 October 2013. In any event, "[w ]hen the contract's language is unambiguous it must
    be given its 'plain and ordinary' meaning and the court may not look to extrinsic
    evidence to interpret its provisions." BAE Systems Technology Solutions & Services
    Inc., 
    ASBCA No. 57581
    , 13 BCA ~ 35,414 at 173,743. We find nothing ambiguous
    about the modification's provision that "[t]he contract completion date shall be
    extended by 90 calendar days by reason of this modification," and, therefore, do not
    look to the emails that CTI cites to interpret that provision.
    Once the government establishes a prima facie case that its assessment of
    liquidated damages is accurate, the burden of proof shifts to the contractor to show
    why its failure to meet the contract completion date was excusable. KEMRON,
    00-1 BCA ~ 30,664 at 151,399. The contractor must prove that the delaying items
    complained of caused a delay to the completion of the project as a whole. 
    Id. at 151,400
    . The delay must be to work on the critical path, because only work on the
    critical path affects when the project is completed. Fru-Con Construction Corp.,
    ASBCA Nos. 53544, 53794, 05-1BCA~32,936 at 163,158-59.
    On this record and briefing, we are persuaded that, consistent with CTI' s
    16 May 2013 notice to the government, CTI had to complete the roofing before
    commencing with paving, in order to avoid damaging newly-laid asphalt with the
    heavy equipment needed to perform the roofing work. It took the parties 54 days from
    the discovery of the water under the existing roofing to agree upon the roofing solution
    set forth in Modification No. ROOOOI, delaying completion of the project as a whole
    by 53 days. That delay excuses the 53 days of delay upon which the liquidated
    damages were assessed, because paving could not commence until roofing was
    completed. Although the government contends that Modification No. ROOOO 1
    precludes CTI from challenging the assessment of liquidated damages by pointing to
    13
    roof-related delays (gov't br. at 15), that modification contains no language releasing
    claims for delay to the work resulting from the discovery of water under the existing
    roofing and the search for a solution to that issue. Rather, we interpret the 90-day
    extension of the work as providing time to complete the roofing work, not the project
    as a whole. CTI has demonstrated entitlement to the rescission of the $25,546 in
    assessed liquidated damages.
    CONCLUSION
    For these reasons, 
    ASBCA No. 59507
     is dismissed for lack of jurisdiction, and
    
    ASBCA No. 59779
     is sustained to the extent that $25,546 in liquidated damages be
    rescinded, with interest from 17 July 2014, the date that the contracting officer received
    the claim certification notarized on that date.
    Dated: 20 October 2016
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                          I concur
    £~~
    Administrative Judge
    ~CKLEFORD
    Administrative Judge
    Acting Chairman                                   Vice Chairman
    Armed Services Board                              Armed Services Board
    of Contract Appeals                               of Contract Appeals
    14
    I certify that the foregoing is a true copy of the Opinion and Decision of the
    Armed Services Board of Contract Appeals in ASBCA Nos. 59507, 59779, Appeals of
    Creative Times Dayschool, Inc., rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    15
    

Document Info

Docket Number: ASBCA No. 59507, 59779

Judges: McIlmail

Filed Date: 10/20/2016

Precedential Status: Precedential

Modified Date: 11/1/2016