BEFORE U.S. GOVERNMENT PRINTING OFFICE BOARD OF CONTRACT APPEALS WASHINGTON, DC 20401 Nekoosa Press Inc. ) vs. ) Jacket 311-450 - Program 537 S U.S. Government Printing ) Office ) Panel 80-7 Decision Of Board Of Contract Appeals 1/5/81 BEFORE U.S. GOVERNMENT PRINTING OFFICE BOARD OF CONTRACT APPEALS WASHINGTON, DC 20401 Nekoosa Press Inc. ) vs. ) Jacket 311-450 - Program 537 S U.S. Government Printing ) Office ) Decision Of Board Of Contract Appeals This matter was brought to the Contract Appeals Board as a result of an appeal dated May 7, I980, by Nekoosa Press Inc., hereinafter called the Company or Appellant. The Company appealed the termination of a contract it had with the United States Government Printing Office (GPO) for the printing of NASA Tech Briefs. These were to be issued quarterly, four issues per year. The Contract was terminated after the first issue, and there were three more issues to be printed. The Appellant later modified its appeal, taking the position that, it does not challenge the decision to terminate the contract for default. The appeal is directed exclusively to that part of the GPO's termination decisions which requires the appellant to pay approximately $45,000 of excess costs. Facts Invitation to Bid were sent to forty-one contractors on October 20, 1979. The Specifications covered the production of adhesive bound books for the National Aeronautics and Space Administration. The award to be made under the proposal would be for a period of one year beginning January 1, 1980 and ending December 31, 1980. The title of the books was "NASA Tech Briefs" and they would be issued quarterly, four issues per year. There was no specific number of pages or copies guaranteed, it was estimated each order would be for 54,075 copies averaging 174 pages per order (including tearcards). In the specifications it provided that strict adherence to the performance schedule be maintained. The Contractor must complete delivery and mailing within 7 workdays after "ok" to print. The specifications included, "provided that the contract would be subject to GPO 'Quality Assurance Through Attributes,' GPO Publication No. 310.1, dated May 1979." The specifications also stated that GPO Contract Terms No. 1, revised August 1, 1979, (GPO Publication No. 310.2) were incorporated in the Contract. The Bids were opened on November 19,1979, and the result was Nekoosa Press (Appellant) was notified on November 28, 1979, it may be in line for the award and it was requested to: 1. Review the specifications and confirm its bid. 2. To extend the effective date of the bid for 45 days. 3. To reaffirm its understanding of the shipping schedule advancement as provided in GPO Contract Terms No. 1. The Appellant signed a form letter confirming these points dated November 28, 1979. It also sent an undated letter saying it had reviewed all prices under every item and they are correct as quoted. On December 14, 1979, a pre-award survey of prospective contractor showed that the Appellant had the capacity and capability to perform satisfactory and had adequate back up sources. An award was made on January 3, 1980 to the Appellant, it was issued a purchase order. There was a change in the mailing classification prior to the date of the award. This resulted in negotiations between the Contracting Officer and the Appellant and the contract price for mailing was increased $25 per thousand for all print orders. The Appellant was so advised, he was also informed he had appeal rights. The Appellant accepted this increase. Print Order 1 was issued on January 22, 1980. Proofs were submitted on time and marked "ok" to print. A press inspection was conducted February 14th and 15th at which time a specification error was discovered. This had to do with the ink color. The cover was rejected four times prior to approval. The complete delivery and mailing took place April 17, 1980. On March 12, 1980, the Contracting Officer sent a Cure Notice for Print Order No. 1. There was no response from the Appellant. The Contracting Officer made the decision to permit the Appellant to proceed because of the urgent need of the Government and the telephone promise that deliveries would be made before March 17, 1980. The Appellant explained. Further delays as being caused by the rescheduling at the bindery due to an urgent job, and the fact that covers were spoiled in route to the bindery. On April 1, 1980, the Contracting Officer recommended to the Contract Review Board that the balance of the Contract (the second, third and fourth quarter briefs) be terminated for default. The Contracting Officer then decided to withhold termination in order to give the Appellant another chance. He then sent another Cure Notice on April 14, 1980, requesting details of measures the Contractor would take to insure timely delivery of an acceptable product for the remainder of the term on the contract. The response of the Appellant was not satisfactory. It was the opinion of the Contracting Officer that the Appellant failed to indicate a resolution of the problems which caused the delays, and the opinion of the technical personnel that the Appellant could not meet the attributes at the specified level and deliver and mail the complete product in accordance with the specified schedule. A Notice Of Termination For Default was mailed to the Appellant on May 1, 1980. When this notice was sent it informed the Appellant of its right to appeal under the "Disputes" Article of GPO Contract Terms No. 1. On May 7, 1980, the Appellant sent in its Appeal. In this it appealed the decision of the Contracting Officer on all counts. In this letter it alleges that there were several changes made by GPO for Print Order No. 1 that caused additional production time. Ink was changed, all b,eake, pages with screens were changed from 70% to a 50% screen. The original specification called for one tearcard, Print Order No. 1 required two tearcards. The GPO agent from Chicago waited 5 days between visits. There was an accident with covers that had to be reprinted, ink sent Appellant was frozen and a chemist had to be called in to correct it. It could not be corrected so a new batch of ink had to be ordered. There was a problem with the paper sizing coming off of a sheet and sticking to the cylinder and blanket, causing many stops on the press and requiring cleaning. The Appellant had to wait for replacement paper. There were other reasons for delay. It was the opinion of the President of the Appellant that it acted in an efficient and honorable way in correcting problems. It was requested that the termination by default be reconsidered. Position of Appellant The Appellant presented a Memorandum of Law and Facts to support the position it has taken. This was received by GPO one day before the hearing. This memorandum enclosed an affidavit made by the President of the Appellant that set forth the facts. The Appellant in its Memorandum took the position that the Company is not challenging the determination to terminate the Contract for default. What is being appealed is that part of the termination decision which requires the Appellant to pay approximately $45,000 in excess costs associated with reprocurement. The failure to deliver on time was caused by a series of mishaps which were unforeseen and uncontrollable. If the termination was due to the Appellants inability to perform, these facts were known to the Government then went into problems prior to the Contract award. The Appellant concerning late delivery: (1) GPO publication of incorrect specification. (2) Difficulties with paper and new shipments of ink. (3) A trucking accident which damaged materials being shipped to the bindery. These could not be foreseen nor controlled by the Appellant. Specification Error The Appellant alleges the error in specification stating fourth class mail, that was changed to third class mail before the contract was awarded. This caused undue delay because the bindery could not handle it. It had to be shipped to Appleton Wisconsin for zip coding, sorting and mailing. The Appellant advised GPO that it would not change its bid because it had been assured by the local postmaster the change would not affect procedures for mailing. Subsequent to this the Appellant was Notified by the Postal Services, Chicago Regional, Office that the change to third class would require drastic changes in procedures. The Appellant notified GPO and an additional $25 per thousand was allowed for. this. Ink and Paper Problem When a press inspection took place, an error in the specifications with respect to ink color was discovered. The result was new ink had to be ordered. This froze in transit and again new ink had to be ordered. When production began there was difficulties with the paper. This resulted in the ordering of additional stock. Bindery Problems When the material was shipped to the Bindery on or about March 17, 1980, printed covers were damaged during shipment and had to be reprinted. This in turn disrupted the schedule that had been arranged. Inability to Perform The Appellant referred to Ex 34 a statement by Mr. Robert G. Conley in which he states, quite clearly, the contract was terminated in part because the Appellant lacked the facilities and resources required to perform this type of contract. Position of GPO The Contracting Officer by statute has to make a decision before he awards a contract that a contractor has the capacity and capability to perform the contract. This affirmative determination must be made before he awards the contract. He makes it after receiving the best advice available to him. In this case we had a Contractor (Appellant) bidding on a specification saying that he is ready, willing and able to perform in the time required. In this case the Contracting Officer had s pre-award survey made. The pre-award survey team went into the financial, technical and personnel capability of the contractor and found he had the equipment and ..nical ability to perform satisfactorily. The pre-award survey also established that the Contractor had adequate back up sources for all outside purchases. The Contracting Officer made the decision to go ahead because he was of the opinion the contractor had the-ability to complete the contract with the capability he had at the time of the Pre Award Survey, or that he was able to show he could acquire that capability. The Appellant is not challenging the termination for default, but only the assessment of excess costs. The reasons for a Contracting Officer terminating for default and assessing excess costs are the same. In this case the Appellant is saying - you are right in assessing excess costs. If the grounds for termination are valid and not questioned in any way then for the Contracting Officer not to assess excess costs would be tantamount to giving up a vested right of the Government which cannot be done by statute. Therefore argued the GPO, there is s basic inconsistency in the whole procedure. then the Contracting Officer sent the Cure Notice, and the Appellant did not present anything that could be evaluated in a meaningful way it was referred to the technical people. A Mr. Hughes of the Technical Staff went to considerable lengths, even discussing the matter at some length with the President of the Appellant so that he could make an informed opinion as to whether the Appellant could perform the remainder of the contract satisfactorily. When the decision was made that the Appellant had not cured the problem he recommended to the Contracting Officer that he could find -o way the Appellant could perform satisfactorily. Then the Contracting Officer went ahead with the termination for default and to reprocure the remainder of the work from the second low bidder. Discussion It is apparent to this Board that we must do two things. 1. Determine if the Termination for Default was warranted; 2. Make a decision on the excess costs. The two matters are intertwined and cannot be separated. Under Article XVII Default Contract Terms No. 1 it provides: "(a) The Government may, subject to the provisions of paragraph (c) of this Article, by written notice of default to the Contractor terminate the whole or any part of the contract in any one of the following circumstances: (1) If the contractor fails to make delivery of the supplies or to perform, the services within the time specified herein or any extension thereof; or (2) If the contractor fails to perform any of the other provisions of the contract, or so fails to make progress as to endanger performance of the contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of 10 days (or such other period as the Contracting Officer may determine to be reasonable and authorized in writing) after receipt of notice from the Contracting Officer specifying such failure. (b) In the event the Government terminates the contract in whole or in part as provided in paragraph (s) of this article, the Government may procure under such terms and in such manner as the Contracting Officer may deem appropriate, supplies or services similar to those so terminated, and the contractor shall be liable to the Government for any excess costs for such similar supplies and services: Provided, that the contractor shall continue the performance of the contract to the extent not terminated under the provisions of this contract. (c) Except with respect to defaults of subcontractors, the contractor shall not be liable for any excess costs if the failure to perform the contract arises out of causes beyond the control and without the fault or negligence of the contractor. Such cause may include, but are not restricted to, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods epidemics, quarantine restrictions, strikes freight embargoes, and unusually sever weather; but in every case the failure to perform must be beyond the control and without the fault or negligence of the contractor. If the failure to perform is caused by the default of a subcontractor, and if such default arises out of causes beyond the control of both the contractor and subcontractor, and without the fault or negligence of either of them, the contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the contractor to meet the required delivery schedules." Article III Disputes Under this Article the Contracting Officer is charged with the responsibility of making decisions and they are final and binding unless a written appeal is made to the Public Printer. Then the decision of the Public Printer, or a duly authorized representative, for the determination of Appeals shall be final and conclusive unless determined, by a court of cocpetcnt jurisdiction, to have been fraudulent, or capricious or arbitrary, or so grossly erroneous as necessarily to imply bad faith or not supported by substantial evidence. In addition to the terms of Contract Terms No. 1 the contract was subject to U.S. Government Printing Office Quality Assurance Through Attributes (GPO Pub. 310.1) dated May 1, 1979. In this case the level to be met was Level III. A Cure Notice was sent to the Appellant on March 12, 1980, !or Print Order No. 1. The Appellant did not respond and because of the urgent need of the Government and the telephone promise to make deliveries before March 17, 1980, the Contracting Officer permitted the Appellant to continue. It is the opinion of the Board that under Contract Terms No. 1 the Appellant could have been defaulted at that time because of the failure to meet the specifications of the contract. The original date of delivery under the Contract was February 21, 1980. This was then extended to March 3, 1980, because of the Government error in the ink. On March 7, 1980, GPO agreed there was an acceptable product. The Appellant said the completion date would be March 17, 1980. When this date was not met the Appellant informed the Contracting Officer that there was delay at the bindery because it had a "Hot" job. The Appellant then began giving later dates. First March 21, 1980; than March 25, 1980; and then April 4, 1980. The material was finally shipped on April 14, 1980. It is apparent that the original date of February 21, 1980, had to be extended because of the wrong specification color of the ink. This was done when 11 more days were added. Therefore, GPO took into consideration the error in the specification. However all of the other delays i.e.: 1. Wrong information from a local postmaster 2. Frozen ink 3. Paper problems. Covers being damaged. They are all chargeable to the Appellant because it was his responsibility to, (1) double check on the mailing requirements; (2) He was aware of the weather and should have foreseen that this ink being shipped would be subject to inclement weather; (3) Problem with the Paper Stock could have been foreseen. By proper examination of the paper before it was used. This could have been discovered. When a Contractor makes a bid and understands the specifications, it is his responsibility to meet all of these including the use if the right paper; (4) The damage to the covers was due to banding material breaking. This again is the responsibility of the Appellant because be should have foreseen that this might happen. Therefore, we find that the causes for delay except where the GPO granted an extension of time due to a specification error were not excusable under Article 17(c) of Contract Terms No 1. The Board had a similar appeal before it in 1975. Barrington Color Offset vs. GPO, decided September 19, 1975, the Board said: "By the very nature of this contract, the contractor was required to perform exactly in accordance with the details of the specifications. It was Appellants obligation under the Contract to plan for its performance prior to submitting its bid to assure itself as to the availability of essential material prior to obligating itself to deliver (Highway Products Inc. ASBCA 69-2 BCA 8064). . . The burden of proof is on the Contractor to demonstrate that its failure to perform was due to causes beyond his control and without his fault or negligence (Article 18(c), GPO Contract Terms No 1.) The Appellant has not met his burden respecting excusability." In Federal Procurement Law by Ralph C. Nash, Jr. and John Cebinic, Jr. published by George Washington University Law Center in 1966 it states on page 503: "Closely related to the concept of foreseeability is the limiting of delays on account of weather to those caused by 'unusually severe weather. Under this concept, even though the contractor is actually delayed by severe weather, the delay is not excusable unless it can be shown that the weather was more severe than normal. Cape Ann Granite Co vs. United States, 100 Ct. Cl. 53(1943). As to the type of proof required to establish an excusable delay on account of unusually severe weather see Allied Contractors Inc" 1 BCA 265. 1962 BCA 3501 where the Board stated at 17868. 'We have consistently held that in order to establish a claim of unforseeable and unusually severe weather it is necessary to present proof of the weather for the month or period in question, not only as to the year in which the contract performance was affected, but for several Past years, an acceptable total for establishing a pattern for comparison being 10 years . . .'" In Delaware lithograph Co. Inc. vs. GPO ,(1974) this Board found: "The default clause when the evidence sustains the existence of one or more of the excusable causes for default, relieves the contractor of liability for excess costs or damages and results in termination for the convenience of the Government rather than a termination for default. The burden of proof is on the Contractor to demonstrate that its failure to perform, was due to causes beyond its control. The clause makes it incumbent upon the contractor to established by a preponderance of the evidence that its failure was due to causes beyond its control and without its fault or negligence. Racon Electric Co. ASBCA 8020, Oct. 3, 1962, 1962 BCA paragraph 3528." Therefore, in view of all of the above it is the considered opinion of this Board that the Appellant should have been defaulted for failure to supply the material in a timely fashion under Print Order No. 1. The Contracting Officer was lenient and permitted the delays. The Contracting Officer then sent a second Cure Notice on April 14, 1980, requesting details of measures the Appellant would take to insure delivery of an acceptable product for the remaining term of the contract. The response was not satisfactory and in accordance with Article 17(a)(2) of Contract Terms No. 1 where it provides for termination: "If the contractor fails to perform are of the other provisions of the contract, or so fails to make progress as to endanger performance of the contract in accordance with its-terms. . ." In Article 17(b) it provides: "In the event the Government terminates the contract in whole or in part as provided in paragraph (a) of this article, the Government may procure, upon such terms and in such manner as the Contracting Officer may deem appropriate, supplies or services similar to those so terminated, and the contractor shall be liable to the Government for any excess costs for such similar supplies or services. . ." Decision It is the decision of this Board that the Contract was terminated in accordance with its term and the Appellant is liable for the excess costs of reprocurement which are estimated at $45,000 that will be definitely ascertainable at the completion date of the Contract. LAWRENCE W. KENNELLLY, CHAIRMAN Contract Appeals Board FREDERICK HEMPHILL, MEMBER GEORGE SIMMS, MEMBER LM:Kennelly:pai 01/05/81 1388L cc: Division file copy Reading file copy January 12, 1981 Michael Fisher, Esq. Foley, Lardner, Hollabaugh & Jacobs 1775 Pennsylvania Avcnue NW. Washington, D.C. 20006 Re: Appeal of Nekoosa Press Inc. Program 538-S Jacket No. 311-450 Dear Mr. Fischer: Enclosed you will find the decision of the Contract Appeals Board in the above entitled Appeal. Sincerely, LAWRENCE W. KENNELLY, CHAIRMAN BOARD OF CONTRACT APPEALS Eoclosure LM:Kennelly:pai 01/05/81 1388L cc: Division file copy Reading file copy