Jim Smith Contracting Company, Inc. v. Togo D. West, Jr., Secretary of the Army

61 F.3d 918, 1995 U.S. App. LEXIS 26204, 1995 WL 331124
CourtCourt of Appeals for the Federal Circuit
DecidedJune 2, 1995
Docket94-1383
StatusUnpublished
Cited by1 cases

This text of 61 F.3d 918 (Jim Smith Contracting Company, Inc. v. Togo D. West, Jr., Secretary of the Army) 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
Jim Smith Contracting Company, Inc. v. Togo D. West, Jr., Secretary of the Army, 61 F.3d 918, 1995 U.S. App. LEXIS 26204, 1995 WL 331124 (Fed. Cir. 1995).

Opinion

61 F.3d 918

NOTICE: Federal Circuit Local Rule 47.6(b) states that opinions and orders which are designated as not citable as precedent shall not be employed or cited as precedent. This does not preclude assertion of issues of claim preclusion, issue preclusion, judicial estoppel, law of the case or the like based on a decision of the Court rendered in a nonprecedential opinion or order.
JIM SMITH CONTRACTING COMPANY, INC., Appellant,
v.
Togo D. WEST, Jr., Secretary of the Army, Appellee.

No. 94-1383.

United States Court of Appeals, Federal Circuit.

June 2, 1995.

Before ARCHER, Chief Judge, CLEVENGER and SCHALL, Circuit Judges.

DECISION

SCHALL, Circuit Judge.

Jim Smith Contracting Company, Inc. ("Smith") appeals from the decision of the United States Army Corps of Engineers Board of Contract Appeals ("Board") in Docket Nos. 5870 and 5883. In its decision, the Board denied Smith's claim for additional costs allegedly incurred under a contract to realign a section of the Red River in Louisiana. Because the decision of the Board is supported by substantial evidence and is free of legal error, we affirm.

DISCUSSION

I.

On September 30, 1987, the U.S. Army Corps of Engineers ("government") awarded Contract No. DACW38-87-C-0195 to Smith to realign a 2.8 mile stretch of the Red River waterway near Campti, Louisiana. The contract divided the project into five orders of work ("Items") as follows:

1. Excavating the new channel for the river ("pilot channel") but leaving the upstream end plugged, constructing a stone facing sustaining the channel embankment, and constructing dikes and revetments at the downstream end of the project;

2. Removing the plug at the upstream end of the pilot channel so the river could flow into it;

3. Building a closure dike at the point where the new channel departed from the old river channel;

4. Constructing an earthen closure embankment to seal off the old channel; and

5. Removing temporary structures used during construction.

The contract also contained an Order of Work clause. In accordance with that clause, each Item was to be started only after the preceding Item was completed.

Smith began contract performance in December 1987. At the beginning of April 1988, the level of the Red River dropped to the point where it became impossible for Smith to barge to the construction site the stone necessary to complete the first Item. Smith had not made contingency plans for this occurrence, and took approximately three months to resume transport of stone by an alternative arrangement. On October 14, 1988, Smith met with the contracting officer's representative ("COR") and sought permission to deviate from the Order of Work clause by removing the plug from the pilot channel (Item 2) and constructing the closure embankment across the old channel (Item 4) simultaneously. The COR responded that Smith still did not have the requisite stone or equipment present on site to complete the work as proposed, and had not submitted a plan to remove the plug from the upstream end of the pilot channel. Nevertheless, the COR offered to give Smith permission to deviate from the contract's order of work if Smith would agree to certain conditions. Smith declined the COR's offer.

On November 9, 1988, Smith submitted a plan for carrying out removal of the pilot channel plug and, for the second time, sought permission to remove the plug (Item 2) and to build the closure embankment (Item 4) simultaneously. On November 10, the COR approved the plan as reasonable but denied Smith's request to proceed, because of what he viewed as unfavorable river conditions and because Smith had not mobilized the equipment and materials needed to complete Items 2, 3, and 4. Smith completed Item 1 on November 11, but without permission from the COR to proceed, work was effectively stopped for the year. Smith resumed work on August 29, 1989, and completed all work on November 20, 1989.

In June 1990, Smith submitted a claim to the contracting officer ("CO") for $675,616.44 in additional costs allegedly incurred in performing the contract. Smith claimed that it cost more to perform the contract in 1989 because the river was deeper, faster, and wider than it had been in 1988. The CO granted Smith's claim in part and denied it in part. Smith appealed the CO's denial of its unreimbursed expenses to the Board, which sustained the CO's decision and denied the appeal.

II.

We review a decision of the Board on any question of fact as final and conclusive unless the decision is "fraudulent, or arbitrary, or capricious or so grossly erroneous as to imply bad faith, or if such decision is not supported by substantial evidence." 41 U.S.C. Sec. 609(b) (1988). We review issues of law de novo. Triax-Pacific v. Stone, 958 F.2d 351, 353 (Fed.Cir.1992).

On appeal, Smith does not challenge any of the Board's findings of fact. Rather, as it did before the CO and the Board, it asserts that under the contract's Suspension of Work clause, it is entitled to its additional costs.1 Because interpretation of contract provisions is a question of law, we review Smith's contentions de novo. Id. In order to succeed before the Board, Smith had to establish that the COR's refusal to allow it to proceed on November 10 was unreasonable and that the resulting delay caused the additional costs. See, e.g., Beauchamp Constr. Co. v. United States, 14 Cl.Ct. 430, 436 (1988) ("the function of the Suspension of Work clause is to provide a contractual basis for compensating the contractor for government-caused delays of an unreasonable duration") (emphasis in original). The Board concluded that "the COR's determination that the work could not proceed on November 10, 1988, was consonant with the dictates of [the Order of Work clause] and did not give rise to a compensable suspension of work." We agree.

Smith contends that the COR's refusal to allow work to proceed on November 10 was an unreasonable, and thus compensable, stop work order. Smith argues that the contract allowed the COR to stop work only if river conditions were unfavorable, and that on November 10 river conditions were not unfavorable, at least as defined in the contract. Smith's interpretation of the contract as limiting the COR's ability to stop work only because of river conditions, however, is too narrow. The Order of Work clause for Item 2 specified the conditions under which removal of the pilot channel plug was to begin. The clause provided as follows:

(2) Second Order of Work:

Remove the pilot channel plug. If river conditions are unfavorable for closures, the plug shall not be removed until the Contracting Officer's Representative determines that favorable conditions exist. Prior to removal of the plug, all material and equipment necessary to complete the Third and Fourth Orders of Work must be on the jobsite.

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

Related

Govwave, LLC v. United States
Federal Claims, 2025

Cite This Page — Counsel Stack

Bluebook (online)
61 F.3d 918, 1995 U.S. App. LEXIS 26204, 1995 WL 331124, Counsel Stack Legal Research, https://law.counselstack.com/opinion/jim-smith-contracting-company-inc-v-togo-d-west-jr-secretary-of-the-cafc-1995.