Dawco Construction, Inc. v. United States

35 Cont. Cas. Fed. 75,755, 18 Cl. Ct. 682, 1989 U.S. Claims LEXIS 238
CourtUnited States Court of Claims
DecidedNovember 17, 1989
DocketNo. 450-86C
StatusPublished
Cited by22 cases

This text of 35 Cont. Cas. Fed. 75,755 (Dawco Construction, Inc. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Dawco Construction, Inc. v. United States, 35 Cont. Cas. Fed. 75,755, 18 Cl. Ct. 682, 1989 U.S. Claims LEXIS 238 (cc 1989).

Opinion

OPINION

MOODY R. TIDWELL, III, Judge:

In 1983 the United States awarded a contract to plaintiff for the refurbishment, including landscaping, of a housing project in San Diego, California. The landscaping was subcontracted to J.C. Landscape. A few weeks after award, the landscaping portion of the contract was suspended by defendant for complete redesign of the drainage system. As redesigned, the contract called for landscaping of a significantly smaller area than in the original contract. Plaintiff claimed entitlement to an equitable adjustment increasing the contract price because of differing site conditions and breach of an implied warranty by defendant of the adequacy of the plans and drawings; defendant, a reduction of the contract price to reflect the smaller work area to be landscaped. The claims at bar are limited to the extra work caused by the differing site condition. Plaintiff’s claims for delay damages arising from the suspension of the landscaping have been settled by mutual agreement of the parties. For the reasons that follow, the court finds that plaintiff is entitled to an additive equitable adjustment.

FACTS

The United States, acting through the Department of the Navy, issued an invitation for bids for a contract to refurbish 405 units of the Cabrillo-Larkdale Navy Housing Project located in San Diego, California, including landscaping of the grounds. The resulting contract was for the third and final phase to complete refurbishment of the Project. The phase III contract was substantially larger than either phase I or phase II. This suit, however, is directed only to the landscape requirements of the phase III contract. The Invitation For Bids [684]*684(IFB) separated the phase III work into six sections designated areas A through F. Areas A and B consisted of single-family housing with relatively large yards while areas C through F consisted of garden apartments with less area to be landscaped. The contract required removal of some trees and all shrubs, weeds and grass, addition of soil improvements (amendments) by tilling to a depth of one foot, installation of a new underground sprinkler system, planting of trees and shrubs, and rough and fine grading for drainage and hydro-seeding. The ground to be landscaped in areas A through F consisted of 903,000 square feet. The IFB contained all of the required contract and bidding clauses plus a “description” of the existing site condition, to wit:

EARTHWORK

1.4 CRITERIA FOR BIDDING: Base bids on the following criteria:
a. That the surface elevations are as indicated.
b. That no pipes or other artificial obstructions, except those indicated, will be countered.
c. That the character of the material to be removed is as indicated by site inspection.

SECTION 02800

LANDSCAPING

5. JOB CONDITIONS:

5.1 Existing Conditions: Base bids on the following existing job conditions:
a. That the surface elevations are as shown.
b. That no pipes or artificial constructions, other than those indicated on the utility plans will be encountered. Notify the Contracting Officer immediately if unforseen [sic] obstructions are encountered.
******
d. That top soils found will be suitable for treatment amendment and planting.
******
7.3.1 Topsoil shall be the existing surface soil.
******
9.2 Topsoiling: Prior to placing topsoil, scarify the subgrade by disking, harrowing, rototilling or other approved means to a 12" depth. Spread topsoil evenly to a minimum depth of 4". Do not spread topsoil when excessively wet or dry.
9.3 Tilling: After the areas have been topsoiled and brought to grade, thoroughly till them to a depth of at least 12 inches by scarifying, disking, harrowing, rototilling or other approved means.

On August 15, 1983 defendant awarded the phase III contract to Dawco. Dawco then subcontracted the landscaping portion of the contract to J.C. Landscape (JCL). JCL had been the landscape subcontractor on phases I and II of the project though Dawco had not been the prime contractor on either. On September 26, 1983, six weeks later, defendant suspended all landscape work on phase III in order to redesign the drainage system. During the period of suspension, defendant issued Change Order Request “A” (COR-A) requesting proposals from plaintiff, and others, for the redesigned landscaping. The COR-A bidding instructions were, as follows:

CRITERIA FOR BIDDING: Base bids on the criteria listed below. Hard material is defined as solid rock, firmly cemented unsatisfied masses, or conglomerate deposits possessing the characteristics of solid rock which can not ordinarily be removed without systematic drilling and blasting, and any boulder, masonry, or concrete except pavement, exceeding Va-cubic yard in volume. Firm material (Linda Vista Poway or Sweiten formation, a ferruginous cemented conglomerate of clay, sand, silt or gravel) is not included in the definition of hard material, however, the firm material usually requires heavy excavation equipment or jack hammer for removal,
a. That the surface elevations are as indicated.
[685]*685b. That no pipes or artificial obstructions, except those indicated, will be encountered.
c. That hard materials will not be encountered.
SOLID MATERIALS: In general, shall be free of debris, roots, wood, scrap material, vegetable matter, refuse, soft unsound particles, frozen, deleterious or objectionable materials.

Dawco and the phase II contractor both submitted price proposals to defendant for the COR-A work but both proposals were significantly higher than defendant’s cost estimate and well above the funds remaining for the project for that fiscal year. Faced with the inability to fund the entire COR-A redesign, defendant chose to delete all landscape work in Areas C through F, leaving only A and B where no new underground drainage lines would be needed and, it was thought, merely minimal regrading.1 Accordingly, the only portions of COR-A incorporated into the Dawco contract were minor grade changes in Areas A and B by unpriced Change Order Number 20. The notice to proceed under Change Order 20 was given on May 29, 1984 even though the Change Order was not executed until a later date. Change Order 20 stated:

1. (Deductive) Delete entirely from phases C, D, E, and F of this contract all site work not already performed as of 26 September 1983 or authorized after 26 September 1983.
2. (Additive) Accomplish site work in phases A & B of this contract in accord with original contract drawings and specifications for COR-A as transmitted to you by your letter serial 01701 dated 13 March 1984.
3. All additive work shall be acceptable to the Contracting Officer____
We give this direction with the understanding that a net credit will result.

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

Related

Goodloe Marine, Inc.
Armed Services Board of Contract Appeals, 2023
weston/bean Joint Venture v. United States
115 Fed. Cl. 215 (Federal Claims, 2014)
SUFI Network Services, Inc. v. United States
108 Fed. Cl. 287 (Federal Claims, 2012)
URS Group, Inc. v. Tetra Tech FW, Inc.
181 P.3d 380 (Colorado Court of Appeals, 2008)
Trafalgar House Construction, Inc. v. United States
73 Fed. Cl. 675 (Federal Claims, 2006)
Renda Marine, Inc. v. United States
66 Fed. Cl. 639 (Federal Claims, 2005)
CEMS, Inc. v. United States
59 Fed. Cl. 168 (Federal Claims, 2003)
Engineered Maintenance Services, Inc. v. United States
55 Fed. Cl. 637 (Federal Claims, 2003)
Hi-Shear Technology Corp. v. United States
53 Fed. Cl. 420 (Federal Claims, 2002)
Doninger Metal Products, Corp. v. United States
50 Fed. Cl. 110 (Federal Claims, 2001)
Fru-Con Construction Corp. v. United States
44 Fed. Cl. 298 (Federal Claims, 1999)
Olympic Marine Services, Inc. v. United States
792 F. Supp. 461 (E.D. Virginia, 1992)
Municipality of Anchorage v. Frank Coluccio Construction Co.
826 P.2d 316 (Alaska Supreme Court, 1992)
Walser v. United States
37 Cont. Cas. Fed. 76,154 (Court of Claims, 1991)
KDH Corp. v. United States
37 Cont. Cas. Fed. 76,087 (Court of Claims, 1991)
Dawco Construction, Inc. v. The United States
930 F.2d 872 (Federal Circuit, 1991)
Freeman General, Inc. v. The United States
918 F.2d 188 (Federal Circuit, 1990)
Al Johnson Construction Co. v. United States
36 Cont. Cas. Fed. 75,850 (Court of Claims, 1990)

Cite This Page — Counsel Stack

Bluebook (online)
35 Cont. Cas. Fed. 75,755, 18 Cl. Ct. 682, 1989 U.S. Claims LEXIS 238, Counsel Stack Legal Research, https://law.counselstack.com/opinion/dawco-construction-inc-v-united-states-cc-1989.