D.A. Nolt, Inc. v. City of Lancaster

CourtCommonwealth Court of Pennsylvania
DecidedMay 12, 2021
Docket556 C.D. 2020
StatusUnpublished

This text of D.A. Nolt, Inc. v. City of Lancaster (D.A. Nolt, Inc. v. City of Lancaster) is published on Counsel Stack Legal Research, covering Commonwealth Court of Pennsylvania primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
D.A. Nolt, Inc. v. City of Lancaster, (Pa. Ct. App. 2021).

Opinion

IN THE COMMONWEALTH COURT OF PENNSYLVANIA

D.A. Nolt, Inc., : Appellant : : v. : No. 556 C.D. 2020 : Argued: March 18, 2021 City of Lancaster :

BEFORE: HONORABLE MARY HANNAH LEAVITT, Judge HONORABLE CHRISTINE FIZZANO CANNON, Judge HONORABLE J. ANDREW CROMPTON, Judge

OPINION NOT REPORTED

MEMORANDUM OPINION BY JUDGE CROMPTON FILED: May 12, 2021

D.A. Nolt, Inc. (Contractor) appeals from an order of the Court of Common Pleas of Lancaster County (Trial Court) that ruled in its favor in part on its claims against the City of Lancaster (City) for breach of a publicly bid contract. Contractor challenges the amount of damages, asserting the Trial Court erred in not awarding attorney fees, costs, or penalties available under Section 3935 of the Commonwealth Procurement Code (Code), 62 Pa. C.S. §3935, when the Trial Court found the City violated the Code. Contractor argues the Trial Court abused its discretion and disregarded the evidence when it did not find that the City acted in bad faith by engaging another contractor for part of the project without public bidding. Contractor also seeks prejudgment interest on the damages awarded for breach of contract. Upon review, we reverse the Trial Court’s order in part as to the denial of prejudgment interest on the damage award and remand for recalculation and revision of the judgment to include same; we affirm in all other respects. I. Background This dispute centers on a publicly bid contract the City awarded to Contractor in August 2012 for green roof1 installation and “related improvements” as a means of stormwater management (Contract). Reproduced Record (R.R.) at 11a. The scope of work entailed installing green roofs on existing roofs on up to 10 buildings and specifically included: “furnish[ing] all labor, superintendence, materials, necessary equipment, and other utilities and facilities for, perform[ing] all work necessary for or incidental to, and perform[ing] all other obligations imposed by this [Contract] for, the complete Work in connection with GREEN INFRASTRUCTURE PROGRAM 2012” (Project). R.R. at 18a. Contractor’s bid was based on a unit price for 10 buildings, priced at $30.00 per square foot. This litigation involves the work performed on two buildings, the Chlorine Building, which was part of the City’s water treatment facility, and the Stevens House, which was privately owned. To assist in the Project, the City appointed an engineering firm to review the structural integrity of selected roofs to sustain the additional weight of green roofs, and a green roof design firm to serve as the City’s agent. See Trial Ct., Slip Op., 12/16/19, Finding of Fact (F.F.) Nos. 5, 6. The Project was part of the Stormwater Management (SWM) Department, overseen by its director (Director). Consequently, there were multiple contacts for communication on the Project from 2012 to 2014, including City officials and private professionals at different times. The Contract required Contractor to obtain all necessary permits and to perform work in accordance with applicable codes and laws. F.F. No. 8. The Contract also required inspections to ensure the work was compliant. F.F. No. 11.

1 A green roof is comprised of organic materials, including soil and plantings, layered on a preexisting roof to aid stormwater management. See Trial Ct., Slip Op., 12/16/19, at 1 n.1.

2 The scope of the work changed during the Project, see F.F. No. 22, in part because existing roofs needed additional work as a prerequisite to green roof installation. Change orders2 were signed on the City’s behalf by the Mayor. With regard to the Chlorine Building, Contractor’s bid for installation was predicated on the roof being 2,500 square feet, at $30 per square foot, when the roof was 3,129 square feet. F.F. No. 16. Contractor advised the City of the discrepancy and that the work would be billed at the end of the Project based on the actual square footage. F.F. No. 17. Also, closer inspection of the Chlorine Building roof revealed that part of the roof (1,717 square feet) needed to be replaced to withstand installation, and the caps and stones around the roof were deteriorated. Roof replacement was within the scope of the Project, see F.F. Nos. 15, 21, whereas the cap/stone work was not. Contractor submitted an estimate in the form of a change order for the cap/stone work, to which the City did not respond. F.F. Nos. 19-20. For both tasks (roof replacement and cap/stone repair), the City sought quotes from other contractors without competitive bidding and without Contractor’s knowledge. Despite that replacing the roof membrane was within the Contract, F.F. No. 15, the City solicited quotes for partial roof replacement when it deemed Contractor’s pricing “very high.” F.F. No. 22. However, the City never issued a change order removing roof replacement from the Contract. F.F. No. 24. Instead, the City engaged a third party to perform that task. See R.R. at 108a. In October 2013, Contractor installed the green roof after the other contractor completed the replacement work. The City paid Contractor for the installation. See F.F. No. 25.

2 Pursuant to the Contract, a “change order” means “a written order to the Bidder signed by the City ordering a change in Documents and is within the general scope and purpose of the work as originally shown.” Reproduced Record (R.R.) at 54a.

3 However, Contractor was not compensated for overhead or lost profits related to the roof replacement despite that it was within the scope of work. With regard to the Stevens House, in February 2013, Contractor noted there were structural issues that could necessitate roof replacement, which was not covered by the Contract. Contractor presented an estimate for roof replacement of $283,000, which the City rejected. F.F. No. 28. The City then requested change orders regarding the root barrier material and priming the existing roof for installation. Contractor prepared these change orders, which were approved by the Mayor and the City’s appointed engineer, for installing a root barrier in March 2013. F.F. No. 31. However, after delays based on the City’s negotiations with the private owner, this part of the Project was not commenced until spring 2014. F.F. No. 34. In 2014, Contractor requested a scan of the roof to ensure its integrity, which the City refused. Contractor sought a permit to commence work when requested to do so by the Code Officer, on May 6, 2014. F.F. No. 35. Contractor received the permit, which stated an inspection by the Code Officer was required prior to installation at the Stevens House. On May 12, 2014, the date the work was scheduled to begin at the Stevens House, the inspection was also to occur. However, the Code Officer called in sick the morning of the inspection; as a result, no inspection occurred. Nevertheless, Contractor performed work, relying on the signed change orders. Contractor also claimed the SWM Director agreed to pay for any work performed as scheduled in the event the roof was deemed unfit for completion per the Contract. The City did not pay for the work performed at the Stevens House, citing the lack of prior inspection. Subsequently, it was determined the roof at the Stevens House was incapable of sustaining a green roof. Because it was privately owned, it was the owner’s decision not to move forward

4 with the green roof, and the work Contractor performed was removed and scrapped at no value. Ultimately, although Contractor billed the City $83,492.02 for this work, see F.F. No. 60, the City did not pay Contractor for its work at the Stevens House. In September 2015, Contractor filed a complaint against the City for breach of the Contract, (Count I), unjust enrichment (Count II), quantum meruit (Count III), and noncompliance with the Code (Count IV).

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

Related

James Corp. v. North Allegheny School District
938 A.2d 474 (Commonwealth Court of Pennsylvania, 2007)
Public School Bldg. Auth. v. Quandel
585 A.2d 1136 (Commonwealth Court of Pennsylvania, 1991)
American Totalisator Co., Inc. v. Seligman
414 A.2d 1037 (Supreme Court of Pennsylvania, 1980)
Widmer Engineering, Inc. v. Dufalla
837 A.2d 459 (Superior Court of Pennsylvania, 2003)
Cummins v. Atlas Railroad Construction Co.
814 A.2d 742 (Superior Court of Pennsylvania, 2002)
TruServ Corp. v. Morgan's Tool & Supply Co.
39 A.3d 253 (Supreme Court of Pennsylvania, 2012)
Penneys v. Pennsylvania Railroad
183 A.2d 544 (Supreme Court of Pennsylvania, 1962)
Kaiser v. Old Republic Insurance
741 A.2d 748 (Superior Court of Pennsylvania, 1999)
Ely, M. v. Susquehanna Aquacultures, Inc.
130 A.3d 6 (Superior Court of Pennsylvania, 2015)
A. Scott Enterprises v. City of Allentown, Aplt.
142 A.3d 779 (Supreme Court of Pennsylvania, 2016)
Cresci Construction Services, Inc. v. Martin
64 A.3d 254 (Superior Court of Pennsylvania, 2013)
A. Scott Enterprises, Inc. v. City of Allentown
102 A.3d 1060 (Commonwealth Court of Pennsylvania, 2014)
East Coast Paving & Sealcoating, Inc. v. North Allegheny School District
111 A.3d 220 (Commonwealth Court of Pennsylvania, 2015)

Cite This Page — Counsel Stack

Bluebook (online)
D.A. Nolt, Inc. v. City of Lancaster, Counsel Stack Legal Research, https://law.counselstack.com/opinion/da-nolt-inc-v-city-of-lancaster-pacommwct-2021.