Agility Public Warehousing Co. KSCP v. Mattis

852 F.3d 1370, 2017 WL 1229743, 2017 U.S. App. LEXIS 5765
CourtCourt of Appeals for the Federal Circuit
DecidedApril 4, 2017
Docket2016-1265
StatusPublished
Cited by26 cases

This text of 852 F.3d 1370 (Agility Public Warehousing Co. KSCP v. Mattis) is published on Counsel Stack Legal Research, covering Court of Appeals for the Federal Circuit primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Agility Public Warehousing Co. KSCP v. Mattis, 852 F.3d 1370, 2017 WL 1229743, 2017 U.S. App. LEXIS 5765 (Fed. Cir. 2017).

Opinion

O’MALLEY, Circuit Judge.

Agility Public Warehousing Co. KSCP (“Agility”) appeals from a decision of the Armed Services Board of Contract Appeals (“the Board”) finding that the government did not breach the terms of a supply contract with Agility. See Pub. Warehousing Co., ASBCA No. 56022, 15-1 BCA ¶ 36,062, 2015 WL 4978182. In its decision, the Board stated that it “need not decide whether the government constructively changed contract performance or whether it breached its implied duty of cooperation” because “whether the government breached the contract comes down to contract interpretation.” Id. at 176110. The Board then interpreted the modifications to the contract and found that the government had not breached the contract. Id. at 176110-13. We agree with the Board that the government did not breach the express terms of the contract or a later agreement to consider exceptions, but find that the Board erred when it concluded that it “need not decide” Agility’s implied duty and constructive change claims. We therefore affirm-in-part, vacate-in-part, and remand for further proceedings consistent with this opinion.

I. Background

In May 2002, the Defense Supply Center Philadelphia (“DSCP”), a sub-agency of the Defense Logistics Agency, issued a solicitation for an Indefinite-Delivery/Indefinite-Quantity commercial item type contract to provide food and non-food products to customers, including the military, in three overseas zones.. Id. at 176092. On May 30, 2003, DSCP awarded a contract to Agility under which Agility agreed to supply “Full Line Food and Non-Food Distribution” to authorized personnel in Kuwait and Qatar. Id. at 176092-93. The contract allowed the contracting officer to extend the contract up to four times in one-year increments. Id. at 176093.

The contract’s pricing structure called for a “Unit Price” that would be made up of a “Delivered Price” and a “Distribution Price” (i.e., Unit Price = Delivered Price + Distribution Price). Id. This case deals with the Distribution Price component of the pricing structure. Id. The original contract defined “Distribution Price” as “a firm fixed price, offered as a dollar amount, which represents all elements of the unit price, other than the delivered price.” Id. The Distribution Price consists of various costs, including administrative expenses, overhead, profit, packaging costs, transportation costs from a vendor’s distribution facility to the final delivery point, and any other projected expenses associated with the distribution function. Id.

The parties modified the contract numerous times after signing it in 2003 and *1374 before signing a new Prime Vendor Contract in 2006. For the purposes of this appeal, we provide a brief summary of the modifications and contract extensions relevant to our decision before discussing the Board’s decision.

A. Modification 1

In June 2003, the parties agreed to Modification 1 (“Mod. 1”). Id. Mod. 1 expanded the contract’s service area to the Iraq deployment zone and established requirements and procedures for making deliveries in Iraq. See id. According to Mod. 1, the supply trucks going into Iraq would “travel as part of a U.S. military escorted convoy” in order to reach their various destinations. Id. Paragraph 4 of Mod. 1 provided, inter alia, “[tjrucks will return to [Agility] upon completion of unloading, and trucks will not be used at the sites for storage purposes.” Id.

B. Modification 2

In July 2003, the parties signed Modification 2 (“Mod. 2”), which set the pricing structure for deliveries to Iraq. Id. at 176093-94. Mod. 2 set the price for refrigerated trucks, or “reefers,” at $2,050 per truck for a three day round trip minimum, with an additional charge of $645 per truck per day for. trips lasting longer than three days. Id. at 176094. For non-refrigerated, or “dry” trucks, Mod. 2 set the price at $1,600 per truck for a three day trip, with an additional charge of $475 per day for trips lasting longer than three days. Id. Mod. 2 also provided that the number of days for which the government would pay fees for each trip would be calculated based on the “time of reporting of loading until truck(s) return(s) to [Agility] distribution facility in Kuwait.” Id. Under Mod. 2, the government did not have a limit on the maximum fees payable to Agility if trucks remained in Iraq for long periods of time. Id.

Mod. 2 also included a provision stating that all other contract terms and conditions not changed by Mod. 2 would remain the same. J.A. 2017. Mod. 2 did not have an integration clause.

C.Modification 19

Agility’s supply trucks delivered food in Iraq using a “hub and spoke system.” Pub. Warehousing Co., 15-1 BCA ¶ 36,062, 176094. In this system, trucks travelled under military escort from Kuwait to major hubs in Iraq. Id. Some supply trucks then travelled from the major hubs to smaller spoke sites, such as forward operating bases. Id. When the supply trucks arrived at their destination, they unloaded the food at either a dining facility (“DFAC”), which hub sites typically utilized, or a mobile kitchen trailer (“MKT”), which spoke sites typically utilized. Id. Supply trucks that traveled to spoke sites would return to the nearest hub site after unloading food at the spoke sites. Id. Unloaded supply trucks at the hub sites waited for a military convoy to return back to Kuwait. Id.

Within this delivery process, a variety of conditions created delays that kept the supply trucks from immediately returning to Kuwait. Id. at 176094-96. The chief cause for “major delays” was the lack of cold-storage equipment at some delivery locations. Id. The MKTs generally lacked cold-storage equipment, which meant that the soldiers at forward operating bases without refrigeration had no place to store items needing refrigeration (e.g., milk, fruits, and vegetables). Id. Without anywhere else to store the items needing re *1375 frigeration, the soldiers at these forward operating bases often kept the refrigerated trucks onsite to store food. Id.

To improve the transit time of the supply trucks, the military requested that Agility place transport liaison officers (“TLOs”) at the hubs. Id. at 176096. Agility submitted a plan called “Operation Prime Mover,” which involved deploying TLOs at five hubs to facilitate the mission “by strengthening the [Agility] transport and distribution network throughout Iraq.” Id. On May 10, 2004, the government unilaterally issued Modification 19 (“Mod. 19”) to implement a modified version of Agility’s proposed Operation Prime Mover plan. Id. Under Mod. 19, Agility would deploy up to 25 TLOs to 8 hub sites in Iraq. Id.

Free access — add to your briefcase to read the full text and ask questions with AI

Related

Jabez-Absher Small Business Joint Venture
Armed Services Board of Contract Appeals, 2025
Thalle Construction Company
Armed Services Board of Contract Appeals, 2025
Maverick Constructors, LLC
Armed Services Board of Contract Appeals, 2025
Konecranes Nuclear Equipment & Services, LLC
Armed Services Board of Contract Appeals, 2024
DLT Solutions, LLC
Armed Services Board of Contract Appeals, 2024
RLB Contracting, Inc.
Armed Services Board of Contract Appeals, 2023
WSP USA Solutions Inc.
Armed Services Board of Contract Appeals, 2022
Wilwood Engineering Inc.
Armed Services Board of Contract Appeals, 2022
ECC International, LLC
Armed Services Board of Contract Appeals, 2022
Doe v. United States
Federal Claims, 2021
MPG West, LLC
Armed Services Board of Contract Appeals, 2020
Kiewit Infrastructure West Co. v. United States
972 F.3d 1322 (Federal Circuit, 2020)
Globe Trailer Manufacturing, Inc.
Armed Services Board of Contract Appeals, 2019
Cooper/Ports America, LLC
Armed Services Board of Contract Appeals, 2019
CiyaSoft Corporation
Armed Services Board of Contract Appeals, 2018
Stromness Mpo, LLC v. United States
134 Fed. Cl. 219 (Federal Claims, 2017)

Cite This Page — Counsel Stack

Bluebook (online)
852 F.3d 1370, 2017 WL 1229743, 2017 U.S. App. LEXIS 5765, Counsel Stack Legal Research, https://law.counselstack.com/opinion/agility-public-warehousing-co-kscp-v-mattis-cafc-2017.