John's Tile and Carpet Service ( 2020 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of –                                     )
    )
    John’s Tile and Carpet Service                  )      ASBCA No. 61479
    )
    Under Contract No. N00189-17-P-1148             )
    APPEARANCE FOR THE APPELLANT:                          Mr. John Newsome
    Owner
    APPEARANCES FOR THE GOVERNMENT:                        Craig D. Jensen, Esq.
    Navy Chief Trial Attorney
    Andrew N. Christopher, Esq.
    Trial Attorney
    OPINION BY ADMINISTRATIVE JUDGE SHACKLEFORD
    This is an appeal from a final decision terminating for cause a contract for
    delivery, replacement and installation of carpet tiles at a building on Naval Station
    Norfolk. The parties elected to submit the appeal on the record pursuant to Board
    Rule 11. The government submitted a Rule 11 brief and appellant asked us to consider
    its letter of May 11, 2018 and its responses to the government’s discovery requests
    dated September 6, 2018 as its Rule 11 brief. No replies were submitted. In addition
    to the briefs, the record consists of the Rule 4 file submitted by the government.
    FINDINGS OF FACT
    1. Solicitation No. N0018917Q0115 was a request for quotations (RFQ) issued
    as a small business set aside for Carpet Replacement and Installation at Sewells Point
    Safety Office Naval Station Norfolk, for a firm fixed price in accordance with an
    attached Statement of Work (SOW). (R4, tab 1 at 1-3, 44) *
    2. In pertinent part the SOW provided as follows:
    Remove existing carpet tiles and install new carpet tiles in
    offices as well as common areas. Carpeting shall be
    installed by trained installers trained in the installation of
    commercial carpeting in projects of similar size and scope
    specified herein. Carpet replacement work activities shall
    *
    Page numbers refer to consecutive numbers on the documents and not the original
    pagination on each document.
    include removal of old carpet and installation of new
    carpet tiles. The Contractor shall retain debris including
    old carpet tiles, empty cardboard containers, adhesive
    rollers, plastic sheets, etc. and legally dispose the debris.
    Scrape old glue or tile pieces, if stuck to the floor surface.
    The floor surface to receive new carpet shall be smooth,
    free from loose particles or any foreign materials or
    humps. If the Contractor spills any adhesive, or in any
    way soils the walls or other furnishings, the Contractor
    shall clean up using a specialist at the Contractor’s
    expense.
    The Contractor shall move the modular workstations and
    office furniture to install carpet behind/under them.
    Following completion of carpet replacement in each phase,
    the Contractor shall return the furniture to their original
    position.
    The Contractor shall bear complete responsibility for
    management of carpeting work at site, control for the
    sub-contracted services, and complete responsibility for
    safe performance of work at site and comply with all local
    laws pertaining to construction labor and safety.
    (R4, tab 1 at 44)
    3. A mandatory pre-quote site visit was set forth in the SOW and it was held on
    July 19, 2017 (R4, tab 1 at 43, tab 17 at 180; see also finding 5 below). On August 8,
    2017, Commercial Items Contract No. N0018917-P-1148 was awarded to John’s Tile
    and Carpet Service (JTCS or appellant) to perform carpet replacement and installation
    at the firm fixed-price of $31,680 in accordance with the SOW (which was also included
    in the contract) and with a delivery date of October 7, 2017 (R4, tab 2 at 55, 57, 74-75).
    4. The contract incorporated by reference FAR 52.212-4, CONTRACT
    TERMS AND CONDITIONS—COMMERCIAL ITEMS (JAN 2017) which included
    the following relevant provisions:
    (a) Inspection/Acceptance. The Contractor shall only
    tender for acceptance those items that conform to the
    requirements of this contract. The Government reserves
    the right to inspect or test any supplies or services that
    have been tendered for acceptance. The Government may
    require repair or replacement of nonconforming supplies or
    2
    re-performance of nonconforming services at no increase
    in contract price. If repair/replacement or re-performance
    will not correct the defects or is not possible, the
    Government may seek an equitable price reduction or
    adequate consideration for acceptance of nonconforming
    supplies or services. The Government must exercise its
    post acceptance rights (1) within a reasonable time after
    the defect was discovered or should have been discovered;
    and (2) before any substantial change occurs in the
    condition of the item, unless the change is due to the defect
    in the item.
    ....
    (f) Excusable delays. The Contractor shall be liable for
    default unless nonperformance is caused by an occurrence
    beyond the reasonable control of the Contractor and
    without its fault or negligence such as, acts of God or the
    public enemy, acts of the Government in either its
    sovereign or contractual capacity, fires, floods, epidemics,
    quarantine restrictions, strikes, unusually severe weather,
    and delays of common carriers. The Contractor shall
    notify the Contracting Officer in writing as soon as it is
    reasonably possible after the commencement of any
    excusable delay, setting forth the full particulars in
    connection therewith, shall remedy such occurrence with
    all reasonable dispatch and shall promptly give written
    notice to the Contracting Officer of the cessation of such
    occurrence.
    ....
    (m) Termination for cause. The Government may
    terminate this contract, or any part hereof, for cause in the
    event of any default by the Contractor, or if the Contractor
    fails to comply with any contract terms and conditions, or
    fails to provide the Government, upon request, with
    adequate assurances of future performance. In the event of
    termination for cause, the Government shall not be liable
    to the Contractor for any amount for supplies or services
    not accepted, and the Contractor shall be liable to the
    Government for any and all rights and remedies provided
    by law. If it is determined that the Government improperly
    3
    terminated this contract for default, such termination shall
    be deemed a termination for convenience.
    ....
    (o) Warranty. The Contractor warrants and implies that
    the items delivered hereunder are merchantable and fit for
    use for the particular purpose described in this contract.
    (R4, tab 2 at 58-59, 62)
    5. The SOW included a clause making a site visit mandatory, as follows:
    Dimensions of the work station provided on this
    solicitation are estimated only. Quoters are mandatory
    [sic] to visit the site in order to properly scope and
    measure the offices for the services required prior to
    submitting their quote. The first-hand knowledge and
    familiarity with the work site as a result of the site visit
    shall enable the vendor to provide and submit a reasonable
    price quote in response to this solicitation.
    (R4, tab 1 at 43) The site visit was held on July 19, 2017 (id.).
    6. On August 17, 2019, after award of the contract, Mr. John Newsome (owner
    of JTCS) visited the Navy office for an additional pre-performance site visit.
    Ms. Charisse Averett, the Sewell Point Safety Office Hazard Abatement Supervisor
    and the point of contact for the contract, escorted Mr. Newsome around the office,
    showing him existing areas the contractor would have to correct, including humps in
    the floor and uneven areas. (R4, tab 17 at 180-81)
    7. About two weeks after Mr. Newsome’s site visit, water leakage affected the
    work site but it dried out by the time contract work began (id. at 181).
    8. Performance commenced on or about September 8, 2017 when a team of seven
    workers removed the old carpet for disposal and prepared the floors for carpet installation
    (compl. at 1). Work thereafter continued on various dates through October 2, 2017, and
    on October 3, 2017, JCTS submitted an invoice to the contracting officer and stated:
    This is to inform you that John’s Tile & Carpet Service
    believes the carpet installation job has been completed.
    However, we understand there is an outstanding issue to be
    resolved and that you will be requested to provide a final
    4
    determination as to whether the job was completed
    satisfactorily. Please provide your feedback once that
    determination is made.
    (R4, tab 4 at 83)
    9. Ms. Averett recounts that during an inspection of the work held on October 3,
    2017 she and other Navy personnel noted several deficiencies in the work performed as
    follows:
    a. Carpet is coming up
    b. Old glue not removed from the floor
    c. Can see seams in the carpet
    d. Glue is on top of new carpet
    e. Base cover not placed behind modular furniture
    f. Carpet not placed behind modular furniture
    g. Old carpet backing was not removed from the floor
    h. Glue adhesive was not placed in some areas
    i. Carpet looks discolored due to how it was placed
    (R4, tab 6 at 91-92) Photographs of the defective work substantiate the allegation of
    defective work (R4, tab 8 at 0098-0123).
    10. On October 3, 2017 the CO (Ms. Rashida Bennett), Ms. Averett, and
    Mr. Newsome had a telephone discussion regarding the various performance issues
    identified by Ms. Averett and the CO (id. at 92). Later that day the CO issued a cure
    notice stating that the government considered the contractor’s failure to provide
    satisfactory carpet installation to potentially form a basis for termination for cause.
    Further she said that if the deficiencies were not cured immediately, she would
    terminate the contract under FAR 51.212-4(m). (R4, tab 5 at 88)
    11. A walk-through between Navy and JCTS personnel was scheduled for and
    took place on October 4, 2017. During the walk-through Naval personnel showed
    Mr. Newsome areas in which the Navy believed the contract work was deficient,
    including old glue which was not removed, old tile pieces that were not scraped from
    the floors, carpets which were not installed in the right direction, humps that remained
    in some areas, glue not sticking to the carpet, seams which were visible, carpet which
    was not placed under and behind modular furniture and base covers not installed in all
    areas. (R4, tab 7 at 93-95)
    12. Appellant responded to the cure notice on October 10, 2017 wherein
    Mr. Newsome provided a timeline for work performed under the contract (R4, tab 12
    at 137-38).
    5
    13. Mr. Newsome states that when all of the items that Ms. Averett wanted
    reworked were completed, she was asked to and did perform an inspection. Upon
    completion of that inspection, Mr. Newsome relates that she yelled at him in front of
    several people, stated that he would get no money for the work because she was not
    satisfied. Thereafter, according to Mr. Newsome, she ordered him to leave the base or
    else she would have him removed by the military police. (Id. at 138) However,
    photographs from that inspection continue to show defective work (R4, tab 15).
    14. Mr. Newsome “believes the work was performed in accordance with the
    contract statement of work with the exception of installing the wall base behind the
    workstations in the large area” and says that Ms. Averett took possession of the wall
    base, for which he offered a discount for not having installed it. (Id.)
    15. On December 6, 2017, the contracting officer issued a final decision
    terminating the contract for cause (R4, tab 19), and thereafter, JCTS filed a timely
    notice of appeal dated December 21, 2017, received by the Board on January 10, 2018.
    DECISION
    A termination for default is a drastic sanction that should be imposed only for
    good grounds and on solid evidence. J. D. Hedin Construction Co. v. United States,
    
    408 F.2d 424
    , 431 (Ct. Cl. 1969). The government bears the burden of proving by a
    preponderance of the evidence that the termination was justified. Lisbon Contractors,
    Inc. v. United States, 
    828 F.2d 759
    , 765 (Fed. Cir. 1987). If the government
    establishes a prima facie case of the contractor’s default, then the contractor bears the
    burden to show that its default was excusable or was caused by the government’s
    material breach. Military Aircraft Parts, ASBCA No. 59978, 15-1 BCA ¶ 36,101
    at 176,256. These principles apply equally in the case of a termination for cause under
    FAR 52.212-4(m). Genome-Communications, ASBCA No. 57267, 11-1 BCA
    ¶ 34,699 at 170,889 (citing General Injectables & Vaccines, Inc., ASBCA No. 54930,
    06-2 BCA ¶ 33,401 at 165,593), aff’d, 
    519 F.3d 1360
    , supplemented, 
    527 F.3d 1375
    (Fed. Cir. 2008)).
    We find that the government has met its initial burden to show by a
    preponderance of the evidence that the termination was justified. The photographic
    evidence clearly shows that the work was defective and was not performed as required
    by the contract. It is then the burden of appellant to show that its default was
    excusable or was caused by the government’s material breach and it has failed to do
    so.
    6
    CONCLUSION
    The appeal is denied.
    Dated: April 8, 2020
    RICHARD SHACKLEFORD
    Administrative Judge
    Acting Chairman
    Armed Services Board
    of Contract Appeals
    I concur                                               I concur
    OWEN C. WILSON                                         MARK A. MELNICK
    Administrative Judge                                   Administrative Judge
    Vice Chairman                                          Armed Services Board
    Armed Services Board                                   of Contract Appeals
    of Contract Appeals
    I certify that the foregoing is a true copy of the Opinion and Decision of the
    Armed Services Board of Contract Appeals in ASBCA No. 61479, Appeal of John’s
    Tile and Carpet Service, rendered in conformance with the Board’s Charter.
    Dated: April 9, 2020
    PAULLA K. GATES-LEWIS
    Recorder, Armed Services
    Board of Contract Appeals
    7