Clark-Fitzpatrick Incorporated v. Gill, 88-785 (1993)

CourtSuperior Court of Rhode Island
DecidedMarch 12, 1993
DocketPC No. 88-785
StatusUnpublished

This text of Clark-Fitzpatrick Incorporated v. Gill, 88-785 (1993) (Clark-Fitzpatrick Incorporated v. Gill, 88-785 (1993)) is published on Counsel Stack Legal Research, covering Superior Court of Rhode Island primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Clark-Fitzpatrick Incorporated v. Gill, 88-785 (1993), (R.I. Ct. App. 1993).

Opinion

[EDITOR'S NOTE: This case is unpublished as indicated by the issuing court.]

DECISION
The case is before the Court on complaint, answer and proof. In a jury waived trial the plaintiff seeks to recover damages from the defendant for losses sustained as a result of the termination of a public works' contract to construct the Jamestown-Verrazzano Bridge connecting the island of Jamestown with the mainland at North Kingstown. It is likewise before the Court on the cross-claim and/or the counter-claim of the defendant State of Rhode Island asserting claims for damages as a result of that termination.

The plaintiff in three separate categories detailed: cost claims; inefficiency claims; delayed damages related to inefficiency claims; and loss of profit in the amount of 10%. The plaintiff asserts that it is entitled to recover from the defendant the sum of $19,885,117.00. The plaintiff also asserts that it is entitled to recover pass-through claims from two subcontractors in the amount of $3,282,749.00 and $2,194,972.00 making the plaintiff's total claim $25,362,838.00.

The defendant in its countersuit claims damages for: increased cost to complete; cofferdam rehabilitation; tremie repair; repair to the plaintiff's work; and repair to subcontractors' work, in the total amount of $10,858,929.10.

In order to put the matter in proper perspective it is necessary to engage in a brief recitation of the facts which lead up to a termination agreement entered into between the parties. The saga begins in 1981 when the Rhode Island Department of Transportation ("RIDOT") began the process that would result in the design and construction of the replacement for the Jamestown Bridge ("Jamestown-Verrazzano Bridge"). The design was composed of three components: (1) a trestle approach (two alternatives) for the horizontal roadway running from North Kingstown out over the water to the beginning of the bridge itself; (2) a steel main bridge alternate; and (3) a concrete main bridge alternate. Gordon R. Archambault, Inc. ("Gordon Archambault") and T.Y. Lin International ("T.Y. Lin") each submitted a trestle design. Howard, Needles, Tammen and Borgdorf ("HNTB") designed the steel alternate and T.Y. Lin designed the concrete alternate. The design process involved conceptual submittals ultimately resulting in final plans and specifications.

Since RIDOT has Standard Specifications for Roads and Bridge Construction (the "Blue Book", so called), it required the designers to submit any necessary alternate or supplemental specifications with their respective designs (the "Special Provisions").

RIDOT retained SVERDRUP Parcel ("SP") as its coordinating design consultant. SP was responsible for coordinating the various designer's specifications and designs with all parties, and where the designs overlapped, inserting uniform provisions for all designs. RIDOT released the contract bid documents to potential bidders on September 28, 1984. Bids were originally scheduled to be opened December 7, 1984. Prior to bid, RIDOT issued three addenda modifying the bid package, one of which deferred the bid opening to December 19, 1984. Clark-Fitzpatrick, Inc./Franki Foundation Co. ("CFF"), a joint venture, submitted the low bid of $63,944,000. It bid T.Y. Lin's concrete main bridge alternate with Gordon Archambault's trestle design.

Although the specifications when issued required RIDOT to award the contract within 30 days, award was not made until June 12, 1985 approximately six months after the bid opening (Exhibit 1 at p. 13, § 103.02.) By agreement, CFF waived its claim for the delay, and RIDOT changed the specification completion date from September 15, 1988 to December 15, 1988.

The project got off to a very slow start and multiple problems arose, some of which involved the aberrant behavior of the soils in the bay bottom, RIDOT and its consultants conflicting interpretation of the specifications, RIDOT'S unreasonable stop order directives and failing to take into consideration timely response to problems as they arose.

While multiple ongoing disputes arose between RIDOT and CFF during 1985, 1986 and 1987, matters became worse as the parties headed into the year 1988. It was because of serious soil problem difficulty that RIDOT settled on a new pile design concept (the "composite pile"). RIDOT and CFF however, could not agree on the cost of the changed work necessitated by the substitution of the composite pile. It was only after RIDOT ordered CFF to proceed with work on a force account (i.e. time and materials payment used for extra work or changed work when RIDOT and CFF cannot agree) that CFF filed suit to be relieved from any further obligations under the contract. The parties at that point, while agreeing there was a substantial difference between the composite pile and the specifications in the contract, had differing opinions concerning the price for the additional work — CFF had estimated the cost in the change to amount of $30,000,000 whereas RIDOT estimated the cost to be $12,000,000.

Since this change amounted to a substantial difference of opinion, the suit as originally commenced by CFF desired to have the Court determine that the magnitude of the change amounted to a cardinal change in the contract and that the contractor was therefore relieved from its responsibility to perform under the contract. CFF also was asserting a claim for the award of damages caused for the loss that it had sustained because of RIDOT'S actions.

It was only after the institution of this suit, that RIDOT and CFF negotiated a termination agreement that relieved CFF of any further obligations to perform the contract and mutually released the parties from claims except for claims reserved by the parties in that termination agreement. This trial involved those reserved claims.

The dispute from CFF's point of view can be summarized as follows: (1) RIDOT'S failure to adhere to specifications; (2) RIDOT'S misinterpretation of specifications; (3) RIDOT'S imposition of specifications that were not contractually authorized; (4) RIDOT'S failure to interpret specifications in a reasonable manner; and (5) RIDOT'S unwillingness to acknowledge the consequences of the abnormal behavior of the soil in the bottom of Narragansett Bay.

As these problems persisted perhaps the frustrations of the parties came to a head when Figg and Mueller refused to participate in a joint venture with Daniel Mann and Johnson Mandenhall ("DMJM") as the consulting construction supervisor. Figg and Mueller was the party with expertise in concrete box girder bridges, the type of bridge which was the subject matter of the contract. It is alleged that the lack of experience in providing supervision, combined with the abnormal behavior of the soils at the site caused substantial delays, work being attempted out of sequence and substantial extra work. It was RIDOT'S refused compensation which resulted in the suit being brought followed by the termination agreement.

It should be stated here that while there were personality conflicts which occurred between the personnel of CFF and the personnel in RIDOT, that the problems which developed in bringing the bridge along towards completion primarily resulted from RIDOT'S inability to perform in a reasonable manner its obligations under the terms of the contract. Although RIDOT had six months from the opening of the bids to the award of the contract to prepare for its obligations under the terms of the contract, RIDOT was unprepared right from the very outset. There was delay, not only in the original awarding of the contract, but also in scheduling preconstruction meetings and in giving to the contractor a required notice to proceed. It was from this point on that the relationship deteriorated between CFF and RIDOT.

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

Related

United States v. Spearin
248 U.S. 132 (Supreme Court, 1918)
Morrison-Knudsen Company, Inc. v. The United States
345 F.2d 535 (Court of Claims, 1965)
Edward R. Marden Corporation v. The United States
442 F.2d 364 (Court of Claims, 1971)
Stuyvesant Dredging Company v. The United States
834 F.2d 1576 (Federal Circuit, 1987)
Blount Brothers Corporation v. The United States
872 F.2d 1003 (Federal Circuit, 1989)
State Highway Commission v. Brasel & Sims Construction Co.
688 P.2d 871 (Wyoming Supreme Court, 1984)
Commonwealth v. Gramar Construction Co.
454 A.2d 1205 (Commonwealth Court of Pennsylvania, 1983)
Wente Construction Co. v. Board of Regents
13 Ct. Cl. 346 (West Virginia Court of Claims, 1981)
Hatfield v. Department of Highways
15 Ct. Cl. 295 (West Virginia Court of Claims, 1985)
Ross Engineering Co. v. United States
92 Ct. Cl. 253 (Court of Claims, 1940)
Langevin v. United States
100 Ct. Cl. 15 (Court of Claims, 1943)
Luria Bros. & Co. v. United States
369 F.2d 701 (Court of Claims, 1966)
WRB Corp. v. United States
183 Ct. Cl. 409 (Court of Claims, 1968)
Universal Fiberglass Corp. v. United States
537 F.2d 400 (Court of Claims, 1976)
Allied Materials & Equipment Co. v. United States
569 F.2d 562 (Court of Claims, 1978)

Cite This Page — Counsel Stack

Bluebook (online)
Clark-Fitzpatrick Incorporated v. Gill, 88-785 (1993), Counsel Stack Legal Research, https://law.counselstack.com/opinion/clark-fitzpatrick-incorporated-v-gill-88-785-1993-risuperct-1993.