LRV Environmental, Inc.

CourtArmed Services Board of Contract Appeals
DecidedJuly 14, 2015
DocketASBCA No. 58727, 58728
StatusPublished

This text of LRV Environmental, Inc. (LRV Environmental, 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
LRV Environmental, Inc., (asbca 2015).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeals of -- ) ) LRV Environmental, Inc. ) ASBCA Nos. 58727, 58728 ) Under Contract No. DACWl 7-02-C-0028 )

APPEARANCE FOR THE APPELLANT: Jeff H. Eckland, Esq. Eckland & Blando, LLP Minneapolis, MN

APPEARANCES FOR THE GOVERNMENT: Thomas H. Gourlay, Jr., Esq. Engineer Chief Trial Attorney Carolyn J. Fox, Esq. Assistant District Counsel U.S. Army Engineer District, Jacksonville

OPINION BY ADMINISTRATIVE JUDGE HARTMAN ON THE GOVERNMENT'S MOTION TO DISMISS FOR LACK OF JURISDICTION AND THE PARTIES' CROSS-MOTIONS FOR SUMMARY JUDGMENT

The government moves to dismiss these appeals for lack of jurisdiction on the grounds that they are barred by the six-year statute of limitations set forth in the Contract Disputes Act, 41 U.S.C. § 7103(a)(4)(A), and the requirement an appeal from a contracting officer's (CO's) final decision to this Board be made within 90 days of the receipt of the CO's decision. Appellant asserts it submitted its claims within six years of accrual and thus is not barred from pursuing them, and that the earlier decision of the CO was not final because it was reconsidered by the CO and thus not required to be appealed within 90 days of appellant's receipt of the earlier decision. The government alternatively moves for summary judgment on the ground the parties' contract provides that contract line item numbers (CLINs) with unit pricing will be paid based upon actual quantities. Appellant cross-moves for summary judgment arguing the parties' "fixed-price" contract provides for payment of the unit price for the estimated quantities when the actual quantity is within 15 percent of the estimated quantity.

STATEMENT OF FACTS FOR PURPOSES OF THE MOTIONS

In September of 2002, the Jacksonville District of the United States Army Corps of Engineers (Corps) awarded a contract, No. DACWl 7-02-C-0028, in an amount exceeding $1.5 million to appellant LRV Environmental, Inc. (LRV) to perform work at San Juan Harbor, La Esperanza Peninsula, Catafio, Puerto Rico, described as follows:

The project modifications will include the dredging of a flow channel through the peninsula and the removal, by dredging, of the tip of the peninsula. The required dredging depth will be -3 feet N.G.V.D and the total quantity of material to be dredged will be approximately 51,000 cubic yards. All dredged material will be placed in a cove located along the interior shoreline of the peninsula. The required final elevation of the material placed in the cove will be between 0.0 feet N.G.V.D. and+ 1.0 feet N.G.V.D. with a 0.5 foot allowable tolerance below the required elevation. Also required will be the installation of approximately 500 linear feet. .. of steel sheet pile to stabilize the shoreline of the peninsula.

(R4, tab 4 at 39-41, 474) The contract divided work to be performed into six CLINs, three of which (mobilization and demobilization, endangered species monitoring, and turbidity monitoring) were "LUMP SUM PAYMENT ITEMS" and three of which (clearing and grubbing (CLIN 2), excavation and placement (CLIN 3), and sheet pile (CLIN 6)) were "UNIT PRICE PAYMENT ITEMS" (UPPI) (R4, tab 4 at 390-93).

With respect to CLIN 3, excavation and placement, LRV offered a firm-fixed unit price based upon an "ESTIMATED QUANTITY" of 51,000 cubic yards (R4, tab 4 at 216). Pursuant to contract§ 01270, ,, 1.2.1.1, 1.2.1.2, and 1.2.1.3, LRV was to be paid its firm-fixed unit price for CLIN 3 for actual quantities required to complete that work. The contract explained that "monthly partial payments will be based on approximate quantities determined by soundings or sweepings performed by the Contractor behind the dredge." (R4, tab 4 at 391-92) It further explained:

The total amount of material removed, and to be paid for under the contract, will be measured by the cubic yard in place and be determined by the average end area method. The volume computed shall be between the bottom surface shown by soundings taken within 3 weeks before dredging and the bottom surface shown by the soundings taken within 3 weeks after the work specified in each acceptance section indicated on the drawings has been completed. [LRV] shall give 3 weeks advance notice, in writing, to the Contracting Officer's Representative of the need for a pre-dredging

2 survey or after-dredging survey for final acceptance for each acceptance section.

(Id.) Contract§ 02325, "DREDGING," 'if'il 3.4.1, 3.4.2, 3.4.3, reiterated several times that "[t]he material actually removed from the designated areas to be dredged" will "be estimated and paid for in accordance with the provisions contained in ... Section 01270" (R4, tab 4 at 526, 534-35).

With respect to CLIN 6, Steel Sheet Piling, LRV offered a firm-fixed unit price based upon an "ESTIMATED QUANTITY" of24,200 square feet (R4, tab 4 at 216). Pursuant to contract§ 01270, 'if'il 1.2.3.1, 1.2.3.2, and 1.2.3.3, LRV was to be paid its firm-fixed unit price for CLIN 6 for actual quantities required to complete that work, i.e., "the number of square feet of installed and painted sheet pile used in the accepted work" (R4, tab 4 at 393).

The parties' contract contained various standard clauses set forth in the Federal Acquisition Regulation (FAR), including FAR 52.211-18, v ARIA TION IN ESTIMATED QUANTITY (APR 1984); FAR 52.232-5, PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS (MAY 1997); FAR 52.236-16, QUANTITY SURVEYS (APR 1984), and FAR 52.243-4, CHANGES (AUG 1987). The first of these clauses, Variation in Estimated Quantity (VEQ), FAR 52.211-18, states in relevant part:

If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity.

(R4, tab 4 at 57, 94, 113, 116) The second of these clauses, Payments under Fixed-Price Construction Contracts (Payment), FAR 52.232-5, states in relevant part:

(a) Payment of price. The Government shall pay the Contractor the contract price as provided in this contract.

(b) Progress payments. The Government shall make progress payments monthly as the work proceeds, or at more frequent intervals as determined by the Contracting Officer [CO], on estimates of work accomplished which meets the standards of quality established under the contract, as approved by the [CO].

3 (h) Final payment. The Government shall pay the amount due the Contractor under this contract after-

(1) Completion and acceptance of all work;

(2) Presentation of a properly executed voucher; and

(3) Presentation of release of all claims against the Government arising by virtue of this contract, other than claims, in stated amounts, that the Contractor has specifically excepted from the operation of the release.

(R4, tab 4 at 94-96) The third of these clauses, Quantity Surveys, FAR 52.236-16, states in relevant part:

(a) Quantity surveys shall be conducted, and the data derived from these surveys shall be used in computing the quantities of work performed and the actual construction completed and in place.

(b) The Government shall conduct the original and final surveys and make the computations based on them. The Contractor shall conduct the surveys for any periods for which progress payments are requested and shall make the computations based on these surveys.

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

Related

Hol-Gar Manufacturing Corp. v. The United States
351 F.2d 972 (Court of Claims, 1965)
Mingus Constructors, Inc. v. The United States
812 F.2d 1387 (Federal Circuit, 1987)
Gould, Inc. v. The United States
935 F.2d 1271 (Federal Circuit, 1991)
C. Sanchez and Son, Incorporated v. United States
6 F.3d 1539 (Federal Circuit, 1993)
Foley Company v. United States
11 F.3d 1032 (Federal Circuit, 1993)
Perry S. McKay and Charles C. McKay v. United States
199 F.3d 1376 (Federal Circuit, 1999)
Sebelius v. Auburn Regional Medical Center
133 S. Ct. 817 (Supreme Court, 2013)
Blubaugh v. McDonald
773 F.3d 1310 (Federal Circuit, 2014)
S. N. Nielsen Co. v. United States
141 Ct. Cl. 793 (Court of Claims, 1958)
Biddle v. United States
186 Ct. Cl. 87 (Court of Claims, 1968)
Roscoe-Ajax Construction Co. v. United States
458 F.2d 55 (Court of Claims, 1972)
William F. Klingensmith, Inc. v. United States
505 F.2d 1257 (Court of Claims, 1974)
Victory Construction Co. v. United States
510 F.2d 1379 (Court of Claims, 1975)

Cite This Page — Counsel Stack

Bluebook (online)
LRV Environmental, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/lrv-environmental-inc-asbca-2015.