Optimum Services, Inc.

CourtArmed Services Board of Contract Appeals
DecidedMarch 25, 2015
DocketASBCA No. 58755
StatusPublished

This text of Optimum Services, Inc. (Optimum Services, 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
Optimum Services, Inc., (asbca 2015).

Opinion

ARMED SERVICES BOARD OF CONTRACT APPEALS

Appeal of-- ) ) Optimum Services, Inc. ) ASBCA No. 58755 ) Under Contract No. W912EP-09-C-0033 )

APPEARANCE FOR THE APPELLANT: Joseph W. Lawrence, II, Esq. Vezina, Lawrence & Piscitelli, P.A. Fort Lauderdale, FL

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 TING

Optimum Services, Inc. (OSI), entered into a contract with the Jacksonville District Corps of Engineers (the government or the Corps) to restore the benthic substrate and hydro logic process of Rose Bay in Volusia County, Florida, as the final phase of a multi-phase project. OSI subcontracted the dredging portion of its contract to Ryan Incorporated Southern (Ryan). OSI initially sponsored and submitted a $1.87 million and 93-day time extension Request for Equitable Adjustment (REA) from Ryan to the contracting officer (CO). At Ryan's request, OSI converted the REA into a certified claim. The CO denied the claim and OSI/Ryan appealed. 1 We have jurisdiction under the Contract Disputes Act (CDA) of 1978, 41 U.S.C. §§ 7101-7109. We decide entitlement in favor of OSI/Ryan and remand the appeal to the parties for determination of the quantum of adjustment.

FINDINGS OF FACT

1. Rose Bay is located along the Intracoastal Waterway in east central Volusia County, Florida (ex. 204 at 1455). In the years before Florida's rapid growth, Rose Bay was a productive estuary in the Halifax River in Volusia County. Good water quality once provided vital nursery grounds and habitat for shellfish. Over time, stormwater runoff, leaking septic systems and restricted water flow caused by two causeways degraded the bay's shellfish productivity. To restore Rose Bay, the St. Johns River

1 Unless context dictates otherwise, we use OSI/Ryan because the appeal was prosecuted by Ryan with its attorney. Water Management District (SJRWMD) worked with the residents and local governments and formed a coalition of agencies to find solutions to the pollution problems. SJRWMD, the city of Port Orange and Volusia County coordinated efforts through the Rose Bay Task Force and developed a five-point restoration plan. The task force also established partnerships with the Florida Department of Transportation and the U.S. Army Corps of Engineers. (Ex. 101 at 4, http://www.sjrwmd.com/rosebay/)

2. The five-point restoration plan included: (1) controlling stormwater runoff pollution; (2) eliminating leaking septic systems; (3) replacing the existing US-1 Bridge and removing a causeway to reestablish natural water exchange in the bay; (4) removing the old causeway east ofUS-1; and (5) removing accumulated sediment to restore estuary habitat (see http://www.sjrwmd.com/rosebay/). This appeal relates to the last phase of the Rose Bay Restoration Project or the "Section 206, Aquatic Ecosystem Restoration, Rose Bay" Project (the Rose Bay Project) (R4, tab 5).

3. Oysters are "an indicator species" (tr. 3/149). "[I]f the oysters are doing well ... then the rest of the habitat would be doing well as well" (tr. 3/149-50). Dredging the accumulated sediment would help restore oyster habitat in Rose Bay (tr. 3/149). In addition to oysters, other shellfish exist in Rose Bay (tr. 3/150).

4. On 10 March 2009, the Corps issued a solicitation for the "restoration of inter-tidal and sub-tidal benthic substrate and hydrologic processes within Rose Bay by removing up to approximately 152,000 cubic yards of unconsolidated sediment from the Bay" (see Section 01 11 00, SUMMARY OF WORK, Paragraph 1.2.1, Project Description) (R4, tab 5 at 316) (emphasis added). The contract included a base and three option items. The base work consisted of reconstructing an existing upland disposal area at Lost Creek Island (the disposal area) requiring approximately 147,000 cubic yards (CY) of new dike construction, removal of two existing weirs and construction of two new weirs and outfall pipes. 2 The dredging work was divided into Option Items A, B, and C of approximately 104,000 CY, 21,000 CY and 27 ,000 CY respectively. (R4, tab 4 at 40) The dredged material was to be placed in the disposal area which would be located about two miles from the dredging area and was not accessible by land (ex. 216 at 2068).

5. On 20 May 2009, OSI submitted a bid including the three option items for dredging for $4,073,158.96. The Corps awarded Contract No. W912EP-09-C-0033 including all option items (the Rose Bay contract) to OSI on 19 June 2009. The contract required OSI to begin work within 30 calendar days and to complete work within 324 calendar days after receiving the notice to proceed. (R4, tab 4 at 38-39)

2 The construction of the disposal area was the subject of another appeal decided in 2013. Optimum Services, Inc., ASBCA No. 57575, 13 BCA if 35,412, ajf'd, Optimum Services, Inc. v. McHugh, 582 F. Appx. 879 (Fed. Cir. 2014).

2 6. The Rose Bay contract incorporated by reference the following FAR clauses, among others: FAR 52.233-1, DISPUTES (JUL 2002); FAR 52.236-2, DIFFERING SITE CONDITIONS (APR 1984); and FAR 52.243-4, CHANGES (JUN 2007) (R4, tab 5 at 64-65).

Dredging Requirements

7. Section 35 20 23 of the specifications pertained to dredging:

3 .4 .4 Areas to be Dredged

The areas requiring dredging are depicted on the drawings as hatched areas and the dredging limits are designated by State Plane (X-Y) Coordinates. The actual limits of I dredging may be adjusted, if necessary, by the Contracting Officer, in order to maintain the minimum setback of 25 feet from any structure.

3.4.5 Acceptance Sections

For the purposes of acceptance, the work to be done will be divided into acceptance sections as shown on the drawings ....

3.4.6 Special Instructions

Materials to be removed under this contract are described in Section 00 31 32 GEOTECHNICAL DATA; however, if any hardbottom is encountered above grade, the hardbottom material shall not be dredged and its location shall be reported to the Contracting Officer for verification.

(R4, tab 5 at 499)

8. As shown on contract Drawings CN 103 and CN 104, of the nine Acceptance Sections (AS), AS#8 and AS#9 were located east of the US-1 Bridge, and AS#l through AS#7 were located west of the US-1 Bridge3 (app. supp. R4, tab 2; Drawings CN 103, CN 104).

3 Option A applied to AS#l through AS#6; Option B applied to AS#7; and Option C applied to AS#8 and AS#9 (ex. 204 at 1296).

3 9. Drawing CN 105, "DREDGING PLAN -TOP OF SEDIMENT, EAST OF US-1," showed five areas of"EXPOSED OYSTER BED" (ex. 1003). Drawing CN 106, "DREDGING PLAN -TOP OF SEDIMENT, WEST OF US-1," showed three areas of"EXPOSED OYSTER BED," two in AS#6 and one in AS#5 (ex. 1004). Both drawings contained this note:

4. THE DREDGING LIMITS HAVE BEEN ESTAB LI SHED TO PROVIDE FOR A 25' MINIMUM SETBACK FROM ALL STRUCTURES AND OYSTER BEDS. THE CONTRACTOR SHALL ADJUST THESE LIMITS AS NECESSARY IN ORDER TO MAINTAIN THIS 25' MINIMUM SETBACK. THE CONTRACTOR SHALL NOTIFY THE CONTRACTING OFFICER'S REPRESENTATIVE OF THE NEED TO MAKE SUCH ADJUSTMENTS PRIOR TO DOING SO.

(Exs. 1003, 1004)

10. Drawing CN 104, "DREDGING DEPTHS, QUANTITIES AND ACCEPTANCE SECTIONS WEST OF US-1," showed that AS# 1 through AS#6 required -3 feet NGVD 4 as dredging depth and AS#7 required -4 feet NGVD as dredging depth. Drawing CN 103 showed AS#8 and AS#9 required -4 feet NGVD as dredging depth. (App. supp. R4, tab 2)

Materials the Specifications Represented the Contractor Would Encounter

11.

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

Related

International Technology Corp. v. Winter
523 F.3d 1341 (Federal Circuit, 2008)
Stuyvesant Dredging Company v. The United States
834 F.2d 1576 (Federal Circuit, 1987)
H.B. Mac, Inc. v. United States
153 F.3d 1338 (Federal Circuit, 1998)
Comtrol, Inc. v. United States
294 F.3d 1357 (Federal Circuit, 2002)
Neal & Co. v. United States
41 Cont. Cas. Fed. 77,003 (Federal Claims, 1996)
Renda Marine, Inc. v. United States
66 Fed. Cl. 639 (Federal Claims, 2005)
Weeks Dredging & Contracting, Inc. v. United States
34 Cont. Cas. Fed. 75,356 (Court of Claims, 1987)
Spirit Leveling Contractors v. United States
36 Cont. Cas. Fed. 75,770 (Court of Claims, 1989)
Flippin Materials Co. v. United States
312 F.2d 408 (Court of Claims, 1963)
Arundel Corp. v. United States
515 F.2d 1116 (Court of Claims, 1975)
Optimum Services, Inc. v. McHugh
582 F. App'x 879 (Federal Circuit, 2014)

Cite This Page — Counsel Stack

Bluebook (online)
Optimum Services, Inc., Counsel Stack Legal Research, https://law.counselstack.com/opinion/optimum-services-inc-asbca-2015.