CDM Constructors, Inc.

CourtArmed Services Board of Contract Appeals
DecidedAugust 27, 2015
DocketASBCA No. 59524
StatusPublished

This text of CDM Constructors, Inc. (CDM Constructors, Inc.) is published on Counsel Stack Legal Research, covering Armed Services Board of Contract Appeals primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
CDM Constructors, Inc., (asbca 2015).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of-- ) ) CDM Constructors, Inc. ) ASBCA No. 59524 ) Under Contract No. N68711-04-D-5110 )

APPEARANCES FOR THE APPELLANT: J. Kent Holland, Jr., Esq. William B. Fisher, Esq. ConstructionRisk Counsel, PLLC Vienna, VA

APPEARANCES FOR THE GOVERNMENT: Ronald J. Borro, Esq. Navy Chief Trial Attorney Genifer M. Tarkowski, Esq. Trial Attorney

OPINION BY ADMINISTRATIVE JUDGE MCILMAIL ON THE GOVERNMENT'S MOTION TO DISMISS FOR LACK OF JURISDICTION AND ON BOARD ORDER REGARDING COUNT V OF THE COMPLAINT

INTRODUCTION

The government moves to dismiss the appeal for lack of jurisdiction, arguing that the claim fails to state a sum certain and that the Board does not have jurisdiction to order the Navy to issue a termination for convenience. In response to a Board order the government also moved to dismiss Count V of the complaint.

BACKGROUND

On 21June2010, the Department of the Navy (government) awarded to CDM Constructors, Inc. (CDM) Task Order No. 0025 pursuant to Contract No. N68711-04-D-5110, in the amount of$46,286,423, for the design and construction of a water treatment facility at Marine Corps Base Camp Pendleton, California (R4, tab 1 at 1-2; gov't mot. at 1; app. resp. at 1). On 6 June 2014, CDM presented to the contracting officer a request for a final decision (R4, tab 16). CDM requested that the task order be terminated for the convenience of the government because, CDM contended, the task order was impossible to perform (id. at GOV-112, 120-22). CDM also requested "a final decision that the direction to conduct vertical injection well testing constituted a change to the Contract, and that all funds paid to CDM on account of such testing were earned" (id. at GOV-124). CDM also quoted previous correspondence it had sent to the government in which it had asserted, referring to an element of the facility to be constructed pursuant to the contract, that:

[T]he results of the geotechnical investigations performed in December 2011 do not support the technical assumptions made for the sub-surface diffuser included in the Conformed Contract Documents because of differing site conditions.

(Id. at GOV-116) The claim letter also referenced "soil conditions" at the worksite, and recited a geotechnical report stating that:

The combination of the available hydro-geologic data along with the size and location of the designated parcel suggest that the disposal of the proposed volume of water on the designated parcel is infeasible regardless of the method of discharge.

In summary, the current project has insufficient size based upon the soil conditions and hydraulic conductivity.

(Id. at GOV-114-15) However, despite having divided the "Argument" section of the claim letter into three discretely labeled sub-sections (Impossibility/Impracticability of Performance, Defective Design Specification, and Breach of Implied Warranty of Specifications (Spearin Doctrine, and Change in Scope of Work)), CDM did not include in the claim letter any comparable section labeled "Differing Site Condition" (id. at GOV-120-22).

In the claim, CDM did not state the amount of the "funds paid" to which it referred. The claim contained however, the certification required by the Contract Disputes Act, 41 U.S.C. § 7103(b)(l), for contractor claims of more than $100,000, including that "the amount requested accurately reflects the contract adjustment for which the contractor believes the government is liable" (R4, tab 16 at GOV-125). The contracting officer has not issued a final decision. CDM appealed from the deemed denial of its request for a contracting officer's final decision.

On 30 October 2014, the government moved to dismiss the appeal for lack of jurisdiction, contending that the claim did not state a sum certain, and that the Board did not possess jurisdiction to order the Navy to terminate the task order for convenience. In its opposition to the motion, CDM contended that the Board possessed jurisdiction to entertain each of the counts of the complaint, and attached to

2 its opposition documents not presented to the contracting officer as part of its claim submission. Those attachments included several invoices (namely, invoice Nos. 27 through 30), as well as several "Cost/Earned Value Reports." Because the motions affect all aspects of the claim, we address each count of CDM's complaint, which generally tracks the relief sought in the submission to the contracting officer.

DECISION

Count!

As does the claim presented to the contracting officer, Count I of the complaint alleges that performance of the task order is impossible, and seeks an order that the government terminate the task order for convenience. Although the Board does not possess jurisdiction to order injunctive relief such as the termination of a contract for convenience, 1 see Lu/us Ostrich Ranch, ASBCA Nos. 59252, 59450, 14-1 BCA ~ 35,769 at 175,001, the Board possesses jurisdiction to entertain non-monetary claims, Eaton Contract Services, Inc., ASBCA No. 52888 et al., 02-2 BCA ~ 32,023 at 15 8,268, including whether performance of a contract is impossible. See Las mer Industries, Inc., ASBCA Nos. 56946, 56966, 11-1 BCA ~ 34,671 at 170,801. Consequently, the Board possesses jurisdiction to entertain the impossibility claim set forth in Count I, but not the request for an order that the government terminate the contract for convenience.

Count JI

Count II requests that the Board ( 1) declare that the government directed CDM to design, construct, test, and evaluate a vertical injection well, constituting a change

1 As CDM points out, many Board cases involve the conversion of a contract default termination to one for the convenience of the government. E.g., Swanson Group, Inc., ASBCA No. 44664, 98-2 BCA ~ 29,896 at 147,995. However, conversion in such cases is not the product of injunction, but, rather, the result, pursuant to contract default termination clauses, of findings that a default termination is improper. See Kisco Co. v. United States, 610 F.2d 742, 753 & n.5 (Ct. Cl. 1969); Federal Acquisition Regulation clause 52.249-8(g) (48 C.F.R. § 52.249-8(g)). As CDM concedes, the government has not terminated the contract, much less for default. CDM cites Lasmer Industries, Inc., an appeal from the deemed denial of a request for a no-cost termination of an extant contract that the contractor contended was impossible to perform. 10-1BCA~34,433 at 169,942-43. However, in Lasmer, the Board did not state that it possessed jurisdiction to order a no-cost termination of an extant contract; it indicated that the contractor was entitled to a hearing on its impossibility claim. Id. at 169,944.

3 to the task order, and (2) order that the government issue a contract modification for those services. Under the CDA, for the Board to possess jurisdiction to entertain a claim, the claim must first have been presented to the contracting officer. See Lael Al Sahab & Co., ASBCA No. 58346, 13 BCA ~ 35,394 at 173,662 (citing 41 U.S.C. § 7103). Although CDM requested that the direction to conduct vertical well testing was a contract change, it did not request that the contracting officer issue a contract modification for those services.

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

Related

Kisco Co. v. United States
610 F.2d 742 (Court of Claims, 1979)

Cite This Page — Counsel Stack

Bluebook (online)
CDM Constructors, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/cdm-constructors-inc-asbca-2015.