Morganti National, Inc. v. United States

49 Fed. Cl. 110, 2001 U.S. Claims LEXIS 57, 2001 WL 331995
CourtUnited States Court of Federal Claims
DecidedApril 4, 2001
DocketNo. 97-744C
StatusPublished
Cited by24 cases

This text of 49 Fed. Cl. 110 (Morganti National, Inc. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Federal Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Morganti National, Inc. v. United States, 49 Fed. Cl. 110, 2001 U.S. Claims LEXIS 57, 2001 WL 331995 (uscfc 2001).

Opinion

OPINION

FIRESTONE, Judge.

I. INTRODUCTION

The present action was brought pursuant to the Contract Disputes Act of 1978, 41 U.S.C. §§ 601-603 (2000). Plaintiff-contractor Morganti National, Inc. (“Morganti”) was default terminated for failure to make progress in constructing the 1,000 Bed Federal Detention Center in Brooklyn, New York. In this action, Morganti seeks to convert the termination for default into a termination for the convenience of the government on the grounds that the defendant excusably delayed its performance and materially breached the contract. Defendant Federal Bureau of Prisons (“FBOP”) argues that the termination for default was justified and therefore should be upheld. The court held a three- and-a-half-week trial from August 7 through August 31, 2000. The court heard testimony from more than 25 witnesses. In addition, the parties presented in excess of 400 exhibits to the court. Based on the evidence presented, for the reasons that follow, the court concludes that the FBOP’s termination for default is justified and therefore must be upheld.

II. BACKGROUND FACTS

A. Contract and Modifications

On or about June 21, 1993, the FBOP solicited bids for the construction of the 1,000 Bed Federal Detention Center in Brooklyn, New York (“project”). Plaintiff Morganti of Danbury, Connecticut and Trataros Construction, Inc. of Brooklyn, New York (jointly “MTJV”) submitted a bid and offer to construct the project for a fixed price of $103,444,00o.1 On September 28, 1993, the FBOP accepted the MTJV bid as the lowest responsible and responsive bid of the nine bids that were submitted, and awarded MTJV Contract No. JXOOc-140 in the amount of $103,444,000.

In general, the project called for the construction of a 14-story building that houses the new 1,000 Bed Federal Detention Center. The nine-floor superstructure of the building is constructed of cast-in-place concrete. In addition, portions of the exterior of the 4th through 8th floors have precast concrete panels. Each of floors 4 through 8 has a mezzanine level (hereinafter “M”), giving the building its 14-story height. Floors 1 through 3 serve as prison administrative areas, while floors 4 through 9 house the 1,006 inmate detention cells. The detention cells utilize a metal partition design that incorporates the use of prefabricated metal cell panels and security windows in each cell. The detention areas on floors 4 through 8M are divided into three cell blocks, designated “A” for North, “B” for South, and “C” for East. In addi[114]*114tion, each cell in a cell block is also designated with a number and the letter “N” for North, “S” for South, or “E” for East. The 9th floor is different from floors 4 through 8M in that it has only two wings, North and South. In addition, the detention cells on the 9th floor are designated as higher-security segregation units, with a shower in each cell. There are also an indoor recreation room, an outdoor recreation area, and a food alcove in each of the two wings on the 9th floor.2

In addition to the specific contract terms relating to the project, the contract contained a number of standard contract provisions contained in the Federal Acquisition Regulation (“F.A.R.”), including the following: 52.234-4 “Changes”; 52.233-1 “Disputes”; 52.232-5 “Payments Under Fixed-Price Contracts”; 52.236-15 “Schedules of Construction Contracts”; and 52.249-10 “Default (Fixed Price Construction).”

Separate from its contract with Morganti, the FBOP also contracted with Urbahn Associates, Inc. (“Urbahn”) to be the architect for the project. Urbahn prepared the design, plans, and specifications for the project, including the designs and specifications for all contract modifications. In addition, the FBOP contracted with CRSS Constructors, Inc. (“CRSS”) as the construction management firm for the project. CRSS furnished management services, including scheduling analysis and estimating services for the FBOP, throughout Morganti’s performance on the project.

On December 1, 1993, the FBOP issued the Notice to Proceed to Morganti. The original contract schedule provided a contract performance period of 730 days, with a substantial completion date of November 30, 1995, and a final completion date of February 1, 1996. Pursuant to the contract, Morganti was required to prepare a schedule and submit updates using critical path method or “CPM” scheduling.

The FBOP accepted Morganti’s baseline schedule on June 24, 1994, and Morganti issued its final detailed baseline schedule on or about August 1, 1994. This schedule and its updates became known as “Schedule A.” As required under the contract, Schedule A was fairly complex and required the scheduling and tracking of more than 7,000 activities. In addition, Morganti was required to submit a schedule of values that correlated to the various activities listed in the contract schedule. Under the contract, Morganti’s progress would be tracked against the contract schedule in monthly schedule updates submitted to the FBOP, and Morganti would be paid in accordance with the schedule of values upon its submission of proper payment requisitions.

As initially contemplated under Schedule A, Morganti was to complete the concrete exterior by December 1994. By March 31, 1995, Morganti was to have completed the exterior precast panels, the windows, and the interior cell panels. By late October 1995, Morganti was to have completed the following interior work: interior partitions and ceilings; hollow-metal frames and doors; mechanical, electrical, and plumbing equipment, piping, conduits, wiring, start-up, and testing (known collectively as “mechanical, electrical, and plumbing” or “MEP” work); elevators; building security, inmate duress, fireflife safety, power, lighting, water supply, and wastewater systems; and building site work. In order to meet the requirements of Schedule A, Morganti anticipated that a peak workforce of up to 350 workers would be needed.

Under the contract Morganti was primarily responsible for project administration, project scheduling, coordination of subcontractors, quality control, and field engineering. The FBOP waived the requirement that 20 percent of the work be done by Morganti as prime contractor. Morganti’s subcontractors included Julius A. Nasso Concrete (“Nasso”) for the cast-in-place concrete, Applegarth Industries for the precast panels, Maris Equipment Co., Inc. (“Maris”) for fabrication and installation of metal cell panels and related work, Levinson & Santoro Electrical Co. for electrical work, Petri Mechanical Co. for plumbing, Navillus Tile Corp. for masonry, [115]*115and Dart Mechanical Co. for heating, ventilation and air conditioning. The work of these seven subcontractors plus Morganti’s general conditions work accounted for approximately 80 percent of the original contract value.

During the course of Morganti’s performance, the FBOP was forced to make numerous contract changes. Prior to termination, the FBOP issued 359 contract modifications, or “mods,” some of which affected the contract price and the performance period. Ultimately, through these modifications the contract price was increased from $103 million to $110 million. The FBOP also granted Morganti 176 calendar days (167 compensable calendar days) in time extensions through Modification Nos.

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

Related

GSC Construction, Inc.
Armed Services Board of Contract Appeals, 2020
Kelleher v. Dream Catcher, L.L.C.
District of Columbia, 2019
IAP Worldwide Services, Inc.
Armed Services Board of Contract Appeals, 2017
East Coast Repair & Fabrication, LLC v. United States
199 F. Supp. 3d 1006 (E.D. Virginia, 2016)
Highland Al Hujaz Co., Ltd.
Armed Services Board of Contract Appeals, 2016
Securiforce International America, LLC v. United States
125 Fed. Cl. 749 (Federal Claims, 2016)
KSEND v. United States
69 Fed. Cl. 103 (Federal Claims, 2005)
Southern Comfort Builders, Inc. v. United States
67 Fed. Cl. 124 (Federal Claims, 2005)
R.P. Wallace, Inc. v. United States
63 Fed. Cl. 402 (Federal Claims, 2004)
Rice Systems, Inc. v. United States
62 Fed. Cl. 608 (Federal Claims, 2004)
Aptus Co. v. United States
61 Fed. Cl. 638 (Federal Claims, 2004)
Hometown Financial, Inc. v. United States
60 Fed. Cl. 513 (Federal Claims, 2004)
Engineered Maintenance Services, Inc. v. United States
55 Fed. Cl. 637 (Federal Claims, 2003)

Cite This Page — Counsel Stack

Bluebook (online)
49 Fed. Cl. 110, 2001 U.S. Claims LEXIS 57, 2001 WL 331995, Counsel Stack Legal Research, https://law.counselstack.com/opinion/morganti-national-inc-v-united-states-uscfc-2001.