Korea Engineering Consultants Corporation ( 2020 )


Menu:
  •               ARMED SERVICES BOARD OF CONTRACT APPEALS
    I
    Appeal of--                               )
    )
    Korea Engineering Consultants Corporation )          
    ASBCA No. 61724
    )
    UnderContractNo. W91QVN-17-P-0099 )
    APPEARANCE FOR THE APPELLANT:                        Mr. Byung Chan Park
    Vice President
    APPEARANCES FOR THE GOVERNMENT:                      Scott N. Flesch, Esq.
    Army Chief Trial Attorney
    MAJ Wayne T. Branom III, JA
    Trial Attorney
    OPINION BY ADMINISTRATIVE JUDGE STINSON
    Appellant, Korea Engineering Consultants Corporation (KECC), appeals a
    contracting officer's final decision dated June 22, 2018, denying-in-part appellant's
    May 11, 2018, certified claim for breach of contract in the amount ofKRW 301,598,400
    (R4, tabs 39-40). We have jurisdiction pursuant to the Contract Disputes Act of 1978,
    
    41 U.S.C. §§ 7101-7109
    . The parties agreed to submit this appeal for a decision on the
    record without a hearing pursuant to Board Rule 11. The government submitted an
    initial brief and appellant declined the opportunity to submit any brief. For the reasons
    stated below, we deny KECC's appeal.
    FINDINGS OFF ACT
    1. On August 24, 2017, the 411 th Contracting Support Brigade, Korea, entered into
    Contract No. W91QVN-17-P-0099 with KECC in the amount ofKRW 95,880,000.00 for
    gravel delivery and equipment lease (R4, tab 1 at 1-2). The contract required: delivery of
    170 cubic meters of38mm-50mm diameter gravel (CLIN 0001); delivery of85 cubic
    meters of 100mm-152mm diameter gravel (CLIN 0002); lease of a Caterpillar CS-563D
    roller, or equal, loaded on a transport vehicle (CLIN 0003); and lease of 2 Doosan
    DX500E hand drum rollers, or equal, loaded in dump trucks (CLIN 0004) (R4, tab 1
    at 3-5, 11).
    Contractual Provisions
    2. The contract specified a 30-day lease period for the Caterpillar roller and the
    two hand drum rollers (R4, tab 1 at 4-5).
    I
    3. Section 1 of the contract's Statement of Work provided:
    Scope of Work: This SOW describes the requirements for
    the delivery of gravel and construction equipment in
    support of 35th Air Defense Artillery and 8th Army
    Engineers construction efforts in the vicinity of
    I
    USAG-Daegu. The Contractor shall deliver gravel
    conforming to the characteristics of the CLIN 0001 and
    0002 narratives as directed by the Contracting Officers
    [sic] Representative (COR). The Contractor shall deliver
    construction equipment conforming to the characteristics
    of the CLIN 0003 and 0004 narratives as directed by the
    COR in accordance with this SOW and delivery schedule.
    (R4, tab 1 at 11)
    4. Section 2 of the contract's Statement of Work provided, in pertinent part:
    2.1 Delivery: The contractor shall deliver items in CLINs
    0001-0004 (170 cubic meters of38mm-50mm diameter
    gravel, 85 cubic meters of 100mm-152mm diameter
    gravel, one (1) Caterpillar CS-563D or Equal roller loaded
    on a transport vehicle, and two (2) Doosan DX 500E or
    equal in dump trucks) to Camp Carroll on 25 August 2017
    between 1300 and 1600, Korea Standard Time (KST).
    2.1.1 The Contractor is responsible for possessing Korean
    Identification, Vehicle Registration, Vehicle Insurance
    Certificate, and Driver Licenses for all vehicles and
    drivers.
    2.1.2 The Contracting Officer's Representative (COR) or
    USAG-Daegu representative will escort the vehicle [sic] to
    a designated staging area. The vehicles will be parked in
    the staging area until directed for movement by the COR.
    2.2 Drivers shall remain overnight at Camp Carroll and
    will be transported by the U.S. Government to a facility for
    overnight shelter and accommodations.
    (Id.)
    l
    1
    2
    l
    5. Section 2.3 of the Statement of Work provided:
    2.3 Delivery to Construction Site: On 26 August 2017, all
    drivers shall be prepared to be transported to the vehicle
    staging point and prepared for movement no later than
    0600. The Contractor shall be prepared to drive as part of
    a military convoy to the construction site, offload material,
    and re-stage for departure. No vehicle will be released
    from the construction site prior to the direction of the
    COR. The Contractor shall be prepared to maintain
    operations and readiness until operations have been
    completed (approximately 1700hrs). Once escorted from
    the site, contracted drivers may proceed at their discretion
    directly to contractor facilities.
    2.3 .1 Vehicles transporting rollers required under CLIN
    0003 and 0004 shall be capable of offloading equipment by
    a driver-on/drive-off method.
    (Id.)
    6. The contract included FAR 52.208-4 VEHICLE LEASE PAYMENTS
    (APR 1984), which provided:
    (a) Upon the submission of proper invoices or vouchers,
    the Government shall pay rent for each vehicle at the
    rate(s) specified in this contract.
    (b) Rent shall accrue from the beginning of this contract, or
    from the date each vehicle is delivered to the Government,
    whichever is later, and shall continue until the expiration
    of the contract term or the termination of this contract.
    However, rent shall accrue only for the period that each
    vehicle is in the possession of the Government.
    (c) Rent shall not accrue for any vehicle that the
    Contracting Officer determines does not comply with the
    Condition of Leased Vehicles clause of this contract or
    otherwise does not comply with the requirements of this
    contract, until the vehicle is replaced or the defects are
    corrected.
    3
    (d) Rent shall not accrue for any vehicle during any period
    when the vehicle is unavailable or unusable as a result of
    the Contractor's failure to render services for the operation
    and maintenance of the vehicle as prescribed by this
    contract.
    (e) Rent stated in monthly terms shall be prorated on the
    basis of 1130th of the monthly rate for each day the vehicle
    is in the Government's possession. If this contract
    contains a mileage provision, the Government shall pay
    rent as provided in the Schedule.
    (R4, tab 1 at 15)
    7. Upon completion of its use by the government, the contractor was obligated
    to pick up the leased equipment:
    VEHICLES TRANSPORTING/DELIVERING ROLLERS
    REQUIRED UNDER CLIN 0003 AND CLIN 0004
    SHALL BE CAPABLE OF OFFLOADING EQUIPMENT
    BY A DRIVE-ON/DRIVE-OFF METHOD. A JOINT
    INSPECTION WILL BE CONDUCTED ANNOTATING
    ANY DEFICIENCIES AND OVERALL
    SERVICEABILITY PRIOR TO ACCEPTANCE BY THE
    GOVERNMENT. UPON COMPLETION OF USE, THE
    CONTRACTOR WILL BE CONTACTED AND
    COORDINATION WILL BE MADE WITH THE COR
    FOR EQUIPMENT PICKUP. PRIOR TO PICKUP, A
    JOINT-INSPECTION WILL BE CONDUCTED
    ANNOTATING ANY DEFICIENCIES AND
    OVERALL SERVICEABILITY PRIOR TO TRANSFER
    TO THE CONTRACTOR.
    (R4, tab 1 at 4-5) (Emphasis added)
    8. The contract included FAR 52.212-4 CONTRACT TERMS AND
    CONDITIONS-COMMERCIAL ITEMS (JAN 2017). Section (c), entitled,
    "Changes," dictates that "[c]hanges in the terms and conditions of this contract may be
    made only by written agreement of the parties." (R4, tab 1 at 16)
    9. The contract incorporated by reference DFARS 252.201-7000
    CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (R4, tab 1 at 14).
    DFARS 252.201-7000(b) states, in pertinent part, "[t]he COR is not authorized to
    4
    I
    I
    make any commitments or changes that will affect price, quality, quantity, delivery, or
    any other term or condition of the contract." 
    48 C.F.R. § 252.201-7000
    (b).
    10. The post award conference notes dated August 24, 2017, state:
    1. GENERAL: The function and authority of the
    Government personnel:
    a. The Contracting Officer (CO) is the ONLY person
    authorized to modify the contract terms or take any action
    to enter into a change or contractual commitment on behalf
    of the Government.
    b. The Contracting Officer's Representative (COR), whose
    authority may not be redelegated, is usually limited to
    monitoring and surveillance of the contractor's
    performance.
    (R4, tab 2 at 2) The COR was identified as MAJ Mitch Taylor (id).
    Contract Performance
    11. Delivery of the gravel and leased equipment initially was scheduled for
    August 25, 2017 (R4, tab 2 at 2).
    12. On August 31, 2017, the government issued Modification No. POOOOl,
    changing the delivery date of the contract items to some unspecified future date, and
    decreasing the amount of gravel specified in CLIN 0001 from 170 cubic meters to 112
    and CLIN 0002 from 85 cubic meters to 64 (R4, tab 3 at 2, 8). The modification also
    made changes to the delivery and staging of the equipment, as follows:
    2.1 Delivery: The contractor shall make multiple
    deliveries as part of military convoys, based on the
    contract delivery schedule.
    2.1.1 Delivery 1 (August 28-29 2017) 112 cubic meters of
    38mm-50mm diameter gravel (7 dump trucks), 64 cubic
    meters of 100mm-152mm diameter gravel (4 dump
    trucks), one (1) Caterpillar CS-563D (or Equal)(l truck),
    two (2) Doosan DX 500E (or equal) hand rollers (one
    truck) shall be delivered to the staging area at Camp
    Carroll. Notification will be given by the Government no
    later than 9:00am the day prior to the required staging.
    5                                               I
    No more that thirteen ( 13) trucks are authorized for
    Delivery 1.
    2.1.1.1 The Contracting Officer's Representative (COR) or
    USAG-Daegu representative will coordinate to meet the
    contractor at Gate # 1, Camp Carroll and escort the vehicles
    to the designated staging area. The vehicles will be parked
    in the staging area until directed for further movement by
    the COR.
    2.1.1.2 Drivers shall remain overnight at Camp Carroll and
    will be transported by the U.S. Government to a facility for
    overnight shelter and accommodations ....
    2.1.1.6 Delivery to Construction Site: The Government
    will provide transportation to contracted drivers from their
    overnight shelter to the vehicle staging point at a time
    coordinated as directed by the COR. Drivers will be
    prepared for movement within 1 hour of arrival at vehicle
    staging point.
    2.1.1.7 The Contractor shall be prepared to drive as part of
    a military convoy to the construction site, offload material,
    and re-stage for departure.
    2.1.1.8 No vehicle will be released from the construction
    site without direction and approval from the COR.
    2.1.1. 9 The Contractor shall be prepared to maintain
    operations and readiness until operations have been
    completed.
    2.1.1.10 Contracted drivers may proceed at their discretion
    to contractor facilities once released from the construction
    site.
    2.1.1.11 Vehicles transporting rollers required under
    CLIN 0003 and 0004 shall be capable of offloading
    equipment by a driver-on/drive-off method. No ramps or
    material handling equipment will be provided by the
    government to facilitate loading/unloading.
    I
    f
    (R4, tab 3 at 9-10)
    r
    f
    6                                 f
    !
    13. The contractor delivered the contractually-required gravel and equipment
    on September 7, 2017 (R4, tab 45 at 1; app. supp. R4, tabs 1-3).
    Equipment Retrieval
    14. By email dated October 2, 2017, MAJ Taylor informed KECC:
    We are complete with the use of all rental rollers for the
    subject contract at Seongju. I have verified that all keys
    are in the rented equipment and it is ready to be picked up.
    You can pick it up at your convenience. I will be on the
    site tomorrow from 0900-1100 if you need to meet with
    me.
    (R4, tab 7 at 2)
    15. Appellant stated that on October 3, 2017, it received MAJ Taylor's email
    dated October 2, 2017, but did not respond until October 10, 2017, when KECC
    informed MAJ Taylor it would pick up the equipment on October 11, 2017 (R4, tab 8
    at 3).
    16. On October 11, 2017, KECC attempted to recover the equipment but was
    prevented from gaining access to the installation by local national Korean protesters
    (R4, tab 8 at 3-4). By email dated October 12, 2017, KECC informed the contracting
    officer that it had incurred additional costs in attempting to retrieve equipment on
    October 11, 2017 (id.). KECC stated, in pertinent part:
    The police came after requesting for support to COR but
    they did not have any information. Called COR again to
    ask what exactly is happening and found out that there was                I
    some mis-understanding between the government and
    police. Also COR has informed today's pick up work is
    impossible as there is not enough manpower to cover and
    I
    escort us.
    In addition, COR acknowledged about the conflict and
    promised the government is responsible for any additional
    cost such as equipment expense and rental fee of pick up
    vehicle.
    (Id. at 3) (Syntax in original)
    f
    7
    I
    17. By email dated October 13, 2018, the contracting officer informed
    MAJ Taylor:
    Please see email below. The Contractor will be submitting
    another claim, which we will take a look at when it comes
    in. Can you please provide an update of when the pick-up                   I
    I
    will be scheduled? I want to ensure the equipment is
    picked up before we modify the award to pay for our
    claims.
    Additionally, although I do not know if what the
    Contractor is saying true [sic], but please be careful when
    making any statements along the lines of, "COR
    acknowledged about the conflict and promised the
    government is responsible for any additional cost such as
    (Id. at 2)
    equipment expense and rental fee of pick up vehicle."
    I
    '
    18. By email dated October 17, 2017, the contracting officer asked the COR
    whether there was a plan in place for the contractor to pick up the equipment (id at 1).
    By email dated October 20, 2017, the COR responded stating:
    We have submitted the following to the ROKA
    [Republic of Korea Army]/KNP [Korea National Police]:
    The preferred date is 2 Nov 2017. The alternate days are
    31 Oct 2017 and 3 Nov 2017.
    I anticipate an answer Monday.
    (Id.)
    19. By email to the contracting officer dated November 15, 2017, KECC
    stated:
    We requert [sic] for additional cost due to sudden
    cancelation [sic] at 25 Aug. 2017 and delibery [sic]
    pick-up failure 11 Oct. 2017 as follows.
    1. Sudden cancelation [sic] at 25 Aug. 2017
    8
    We should pay sudden cancelation [sic] fee 5,100,000KW
    (Dump Truck 15ea x 300,000 KW/ea) which was
    negotiated and final price.
    2. Delivery pick up failure at 11 Oct. 2017
    We should pay additional cargo crane and dump truck
    expense 600,000KW (cargo crane 300,000KW + dump
    truck 300,000KW) which was negotiated and final price.
    * As the leased vehicles (Catterpiller [sic] CS-562D and
    Hand durm [sic] roller) are now [sic] could not carry out of
    the base, So it is needed to be modified additional cost at
    the end time of leasing.
    (R4, tab 11 at 3-4)
    20. By email to KECC dated November 16, 2017, the contract specialist stated:
    Understood, we are working with the requiring activity on
    finding a solution to removing the equipment from the site.
    Once that has been resolved, we will work with you on the
    final modification for the actual days of lease.
    (Id. at 3)
    21. By emails dated November 16, 2017, and November 21, 2017, the
    contracting officer asked the COR for updates on removal of the leased equipment (id
    at 1-3). By email dated November 21, 2017, the COR responded to the contracting
    officer:
    I am waiting on a report from the actions on today's
    mission to the site. Last week, they tried to get the
    equipment started, but weren't having any luck.
    (Id. at 1)
    22. By email dated November 21, 2017, the contracting officer informed the
    COR:
    Please keep our office updated and in the loop as each
    mission affects the contract. To clarify - are you talking
    9
    about not being able to start the leased equipment?
    (Id at 1)
    23. By email to the government dated December 6, 2017, KECC stated:
    This contract is being delayed for almost 2 months and is
    getting really frustrating for us as we cannot do anything
    I
    l
    about it. It would be great, If [sic] you could give us a
    schedule of return date within this week. Otherwise there
    will be an extra charge for another month of rental. Please
    consider our situation and advise us.
    (App. supp. R4, tab 4 at 1)
    24. By email dated December 6, 2019, the government responded:
    First, thank you very much for your cooperation, patience,
    I
    and understanding. MAJ_ Taylor's office is working with
    his higher headquarters and with the ROK Government to
    set up a schedule so that we can return your equipment to
    you. Returning your equipment to you is very important to
    our Team as well as MAJ Taylor's team. Additionally, we
    will be meeting next Tuesday to figure out how we to [sic]
    expeditiously resolve the current situation we are in now.
    We will provide you more information next week after our
    meeting.
    I
    (Id.)
    25. By email dated December 12, 2017, KECC stated:
    As per contract, it has been almost two months since
    expiry [sic] date of the contract. We want to know the
    exact date of return of equipment (2 x 1ton roller, 1 x 5ton
    roller). For the return of two 1 ton rollers, we require a
    cargo crane to pick up the rollers. If you would like to
    continue rental of 5 ton roller, it needs to go through
    KOREA ENG directly. Also it would be great if there is
    co-operation by police when returning the equipment as we
    failed to pass the protesters last time.
    (R4, tab 16)
    10
    26. By email dated December 12, 2017, the COR suggested KECC work
    directly with MAJ Benny Lee, 35th ADA Brigade Executive Officer, to gain access to
    the installation and arrange for removal of the equipment (R4, tabs 17, 41 at 8).
    27. By email dated December 13, 2017, the COR informed KECC:
    We do NOT wish to rent any equipment. We would like to
    get you out on the site to pick up the equipment as soon as
    possible. You will not need a crane to lift the hand rollers
    into the bongo truck - we can provide a lift capability.
    Please review my email from this morning and let me
    know when you can get to the site to pick up the hand
    rollers and drive the large roller off the site.
    (R4, tab 22 at 7-8)
    28. During the period from December 14, 2017, to December 21, 2017, the
    COR and KECC discussed various options to reduce the number of contractor vehicles
    and employees needed to remove equipment from the site, and discussed KECC
    possibly removing the equipment on December 21, 2017 (R4, tab 22 at 3-7). That
    removal date was cancelled because the South Korea Ministry of Defense was "having
    more problems with the protesters" (R4, tab 22 at 2).
    29. By email dated December 28, 2017, the contracting officer asked KECC
    whether it had retrieved its equipment from the installation (R4, tab 20 at 1). By email
    that same date, KECC responded:
    We are still waiting for your response to retrieve the
    equipments [sic] back. I understand there is a conflict with
    the protesters currently but it has been almost 3 months
    since CCD. A few months ago, we tried to retrieve the
    equipments [sic] which advised by COR. But protesters
    stopped us as there was no support from Korean police.
    Please inform us if there is a new plan or schedule.
    (Id.)
    30. By email dated January 11, 2018, KECC requested "an extra amount of
    rental fees for 3 months" (R4, tab 23 at 1).
    11
    31. By email dated January 16, 2018, MAJ Camille Morgan, contracting
    officer, informed KECC:
    You must retrieve the following equipment from the site
    immediately. The method of recovery, should be the same
    as delivery the (Drive - on/Drive - Off Method). The U.S
    government is not hindering your company from retrieving
    the equipment at this time. I need confirmation from you
    by Friday, 19 January 2018 on how you plan to accomplish
    this task. You have 1 week from Friday, 19 January 2018,
    to recover the following equipment.
    1) 1 x Each Vehicle Lease Caterpillar CS-563
    2) 2 x Each Vehicle Lease HAND DRUM ROLLER
    (R4, tab 24 at 2)
    32. By email dated January 16, 2018, the COR informed KECC:
    I would recommend you call the KNP and file a police
    report because you cannot get your equipment out. The
    issue is not with the US Army or the Government but with
    Korean nationals that are blocking the road.
    (R4, tab 24 at 1)
    33. By email dated January 16, 2018, KECC responded:
    In order to retrieve the equipment, we would need 2
    vehicles (Trailer & 5ton cargo crane) with 3 people
    including 2 drivers and myself. This plan is exactly the
    same as before (Delivery plan). However, we need a clear
    answer for whether you can provide support with Korean
    police to protect us from protesters. I have actually called
    Korean national police (Seongju Police Dept. 054-930-
    0258) to ask for support but they advised U.S government
    need to contact them and arrange a plan. Please arrange
    and make a plan with Korean national police and inform us
    when to pick up the equipment with exact time (Day and
    time frame).
    (Id.)
    12
    34. By email dated January 19, 2018, the contracting officer asked KECC
    "have you established a new date to retire [sic] your rental equipment form [sic] the
    site? Yes or no?" (R4, tab 25 at 2)
    35. By email dated January 22, 2018, KECC informed the government:
    No, we have not established a new date as we cannot set up
    a plan with Korean national police.
    Please contact Korean national police and inform us when
    to pick up the equipment with the exact time.
    (Id. at 1)
    36. By email dated March 3, 2018, the government informed appellant:
    We agree that the option to procure the equipment is not
    the preferred method of ending this procurement; however,
    the daily cost of this procurement is unsustainable. The
    COR has stated that the site conditions are not
    compromised to such an extent that prevent KECC site
    access to recover the equipment. KECC has made no
    attempt to since October 11, 201 7 to recover this
    equipment which has been on site at a claimed rate of
    KRW 1,000,000 per day.
    Although movement "on government facilities shall be
    coordinated through the COR and conducted under escort"
    per para 2. 1.1.12 of the SOW. Paragraph 2.1.3
    (Equipment Recovery) does not require the government of
    the United States nor the Republic of Korea to provide an
    escort onto or off of the installation. Pursuant to
    52.212-4(a) "the Government may seek an equitable price
    reduction or adequate consideration for acceptance of
    nonconforming supplies or services." As the equipment in
    CLIN 0003 has been non-functional since November, the
    government, subject to mechanical inspection, may
    determine that the equipment is non-functional due to a
    latent defect of the electrical system and request and [sic]
    equitable adjustment. This is further supported by the
    CLIN text "THE CONTRACTOR SHALL WARRANTY
    AND BE RESPONSIBLE FOR ALL NORMAL
    13
    MAINTENANCE AND SERVICING OF EQUIPMENT
    FOR THE DURATION OF THE LEASE."
    You must coordinate with the COR (lLT Neky ... ), to
    arrange for access to the site at the earliest possible
    convenience. The government (US/ROK) will not provide
    additional security services as none were stipulated in the
    purchase order and assets are not available to provide such
    service.
    As the Contracting Officer for this requirement; I strongly
    urge you to retrieve this equipment immediately.
    (R4, tab 28 at 1) (Syntax in original)*
    37. By email dated March 6, 2018, the government informed appellant:
    You missed yesterday's suspense of 5 Mar 2018, to
    provide me the Contracting Officer a date and time to pick
    your rental equipment from the site. This is my second
    attempt to confirm a retrieval date from your company. I
    have included our legal offices in this e-mail traffic to
    prove that the government has requested that YOU the
    contractor, establish a new pick up date of the Rental
    Equipment for subject contract.
    You must provide a date NLT Weds, 7 Mar 2018 to
    retrieve your rental equipment from the site.
    (R4, tab 29 at 4)
    38. On April 25, 2018, appellant's recovery vehicles joined an Army convoy
    entering the site as part of a convoy named "Operation Penny Packer" and KECC
    retrieved its equipment from the site (R4, tabs 36, 39 at 3).
    *   In February 2018, the government considered purchasing the equipment to minimize
    "any further issues with this purchase order" (R4, tab 28 at 4). However,
    appellant informed the government that the equipment owners were not
    interested in selling the equipment (R4, tab 28 at 2).
    14
    Contractor Claim and Final Decision
    39. On May 11, 2018, KECC submitted a breach of contract claim seeking costs
    incurred (1) on August 25, 2017, when the government cancelled the scheduled
    delivery, (2) on October 11, 2017, when KECC was unable to retrieve the equipment
    from the installation, and (3) for alleged extension of the equipment lease from the end
    of the lease period until the date it was retrieved from the installation on April 25, 2018
    (R4, tab 39 at 2-5).
    40. On June 22, 2018, the contracting officer issued a final decision sustaining
    appellant's request for costs incurred on August 25, 2017, and denying appellant's
    request for costs incurred on October 11, 2017, and costs sought for lease of the
    equipment from October 7, 2017, until April 25, 2018 (R4, tab 40).
    DECISION
    Appellant seeks compensation for extended equipment lease and costs incurred
    in attempting to retrieve the equipment on October 11, 2017 (compl. 115-6, 35). As
    the party asserting a claim for breach of contract, appellant has the burden of proof.
    Tecom, Inc., 
    ASBCA No. 51880
    , 
    00-2 BCA 130,944
     at 152,738 (citing Sphinx Int'/,
    Inc., 
    ASBCA No. 38784
    , 
    90-3 BCA 122,952
     at 115,222). As noted above, appellant
    did not file a brief with the Board in support of its Rule 11 submission on the record.
    "This, of course, does not relieve the appellant from the necessity of establishing the
    facts to support its assertions." C. Leonard Willis, 
    ASBCA No. 25271
    , 
    81-1 BCA 114,948
     at 73,987 n.l.
    Appellant's complaint offers insufficient legal support for its proposition that
    the government was at fault for the contractor's failure to timely remove the leased
    equipment after expiration of the lease. The contract put the onus on KECC to pick up
    its equipment at the end of the lease period (finding 7). Appellant admits that the lease
    period ended on October 6, 2017 (compl. 125.b). Appellant likewise admits that the
    government informed appellant it was finished with the equipment and instructed
    appellant to pick up the equipment from the installation (compl. 1111-12, 15; R4,
    tab 8 at 3).
    The record establishes that appellant was unable to retrieve its equipment, not
    because of government action or inaction, but because local national Korean protesters
    blocked access to the installation (findings 16, 25, 28-29, 32-33). It is well established
    that "absent fault or negligence or an unqualified warranty on the part of its
    representatives, the Government is not liable for damages resulting from the action of
    third parties." Oman-Fischbach International (JV) v. Pirie, 276 F .3d 1380, 1385 (Fed.
    Cir. 2002) (quoting Dale Constr. Co. v. United States, 
    168 Ct. Cl. 692
    ,698 (1964)).
    15                                                f
    Appellant cites no contractual provision wherein the government assumed the
    risk of increased costs resulting from the actions of third parties such as local national
    Korean protesters. The fact that, at various points in time, protesters inhibited access
    to the installation did not somehow create a contractual obligation on the government
    to remove appellant's equipment and deliver it to KECC. Moreover, the record
    establishes that the government made efforts to assist KECC in removing the
    equipment from the installation and, ultimately, arranged for KECC to remove the
    equipment as part of a government convoy (findings 18, 20, 24, 26-28, 38).
    Appellant quotes FAR 52.208-4(b ), set forth in the contract, which provides
    "rent shall accrue only for the period that each vehicle is in the possession of the
    Government" (compl. ,r 8; R4, tab 1 at 15). This portion of the provision, alone, does
    not entitle KECC to additional lease payments for the equipment while it remained in
    the government's possession at the installation. Indeed, FAR 52.208-4(b) also
    provides that rent "shall continue until the expiration of the contract term or the
    termination of this contract." (R4, tab 1 at 15) As noted above, appellant admits that
    the lease period ended on October 6, 2017 (comp 1. ,r 25 .b). Appellant's failure to
    remove equipment from the installation as required by the contract does not create a
    breach of the contract by the government or an obligation for the government to pay
    appellant additional amounts for extended lease of the equipment. See generally,
    Dynamic Research Corp., 
    ASBCA No. 57830
    , 13-1 BCA ,r 35,273 at 173,149 ("A
    contractor cannot create an obligation on the part of the Government to reimburse it
    for a cost overrun by voluntarily continuing performance and incurring costs after the
    cost limit has been reached") (quoting North American Rockwell Corp., 
    ASBCA No. 14329
    , 72-1 BCA ,r 9207 at 42,722 (construing limitation of funds clause)).              I
    I
    Appellant correctly notes that the contract provided for use of a convoy to bring
    equipment onto the post (compl. ,r 13.a). The contract, however, does not provide for
    use of a convoy to remove the equipment (findings 5, 12). As explained in the
    declaration of MAJ Morgan, "South Korean contractors and civilians could freely
    come and go through the gate without any escort or assistance, which is in contrast to
    U.S. Personnel, who had to use rotary wing transport to enter and exit the installation"
    (R4, tab 45 at 2). The fact that the government ultimately arranged for appellant to
    remove the equipment from the site as part of a convoy did not somehow obligate the
    government to have done so, or make the government liable for increased costs
    because it did not provide a convoy at any time prior to April 2018.
    In essence, appellant alleges a constructive change, although it does not invoke
    that terminology. As we explained recently, "[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." Optimization Consulting,
    Inc., 
    ASBCA No. 58752
    , 19-1 BCA ,r 37,426 at 181,905 (quoting Parwan Group Co.,              I
    l
    16
    I
    
    ASBCA No. 60657
    , 18-1BCA137,082 at 180,498). Appellant's inability to remove
    its equipment from the site was not the fault of the United States Government, but was
    caused by the local national Korean protesters (findings 16, 25, 28-29, 32-33).
    In addition, the contract's Commercial Items Changes clause, FAR 52.212-4(c)
    required that changes in the terms and conditions of the contract be made by written
    agreement of the parties (finding 8). Appellant cites no formal order, or express or
    implied formal order, from an authorized government official agreeing either to extend
    lease payments or reimbursement of costs incurred on October 11, 2017. Moreover, as
    we noted recently, the constructive change doctrine does not apply to a Commercial
    Items contract because FAR 52.212-4(c) includes "no provision for unilateral action
    by the contracting officer." Tkacz Engineering, LCC, 
    ASBCA No. 60358
    , 
    18-1 BCA 136,940
     at 179,962.
    As to appellant's claim for alleged costs incurred on October 11, 201 7, the
    record reflects that appellant was prevented from accessing the installation by local
    national Korean protesters, not the United States Government (finding 16). Appellant
    I
    suggests, however, that the COR agreed the government would reimburse appellant for
    the costs it incurred that day (compl. 1 17.a). Although the record contains copies of
    emails indicating the government discussed appellant's demand for payment of its
    costs (see findings 16-17, 19-20), the record does not support a finding that the COR,
    or anyone with actual authority to bind the government, made such an agreement.
    Indeed, the contracting officer's representative - who allegedly offered to reimburse
    appellant for its costs - lacked authority to make such an agreement or commit the
    government to the payment of funds (finding 9). As such, even assuming the
    constructive change doctrine applied to this appeal, appellant has not established it is
    entitled to reimbursement by the government for costs incurred on October 11, 2017.
    I
    I
    17
    I
    CONCLUSION
    For the reasons stated above, the appeal is denied.
    Dated: February 24, 2020
    DAVID B. STINSON
    Administrative Judge
    Armed Services Board
    I concur
    of Contract Appeals
    I concur                              I
    I
    i
    RICHARD SHACKLEFORD                              OWEN C. WILSON                        t
    Administrative Judge                             Administrative Judge                  i
    r.
    Acting Chairman                                  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. 61724
    , Appeal of Korea
    Engineering Consultants Corporation, rendered in conformance with the Board's
    Charter.                                                                                I
    Dated:
    PAULLA K. GATES-LEWIS
    I
    Recorder, Armed Services
    Board of Contract Appeals
    18
    

Document Info

Docket Number: ASBCA No. 61724

Judges: Stinson

Filed Date: 2/24/2020

Precedential Status: Precedential

Modified Date: 3/12/2020