ECC International, LLC ( 2022 )


Menu:
  •                ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeal of -                                  )
    )
    ECC International, LLC                       )    
    ASBCA No. 60167
    )
    Under Contract No. W912DQ-11-C-4009          )
    APPEARANCES FOR THE APPELLANT:                    R. Dale Holmes, Esq.
    Amy M. Kirby, Esq.
    Cohen Seglias Pallas Greenhall & Furman PC
    Philadelphia, PA
    APPEARANCES FOR THE GOVERNMENT:                   Michael P. Goodman, Esq.
    Engineer Chief Trial Attorney
    Sarah L. Hinkle, Esq.
    Matthew Tilghman, Esq.
    Michael E. Taccino, Esq.
    Kathryn G. Morris, Esq.
    Engineer Trial Attorneys
    U.S. Army Engineer District, Middle East
    Winchester, VA
    OPINION BY ADMINISTRATIVE JUDGE O’SULLIVAN ON THE
    GOVERNMENT’S MOTION TO DISMISS FOR LACK OF JURISDICTION
    On October 29, 2021, the government (United States Army Corps of Engineers or
    USACE) filed a motion to dismiss 
    ASBCA No. 60167
     for lack of subject matter
    jurisdiction. The motion to dismiss 
    ASBCA No. 60167
     for lack of jurisdiction contends
    that ECC International, LLC (ECCI) certified claim submitted to the contracting officer
    on June 15, 2015, contained two separate claims (breach of implied warranty of
    specifications and breach of the duty of good faith and fair dealing), but did not demand
    payment of a sum certain for each claim. USACE further asserts that an additional two
    claims (superior knowledge and commercial impracticability) were asserted for the first
    time in ECCI’s complaint in 
    ASBCA No. 60167
    , which was filed with the Board on
    September 22, 2015. As to these two additional claims, USACE contends that they are
    new claims that were never presented to the contracting officer for decision.
    For the reasons discussed below, the Board denies the motion to dismiss ECCI’s
    claims of breach of warranty of specifications, breach of the implied duty of good faith
    and fair dealing, and breach of the duty to disclose superior knowledge. The Board
    grants the motion to dismiss ECCI’s claim of commercial impracticability.
    STATEMENT OF FACTS FOR PURPOSES OF THE MOTION
    ECCI submitted a certified claim arising from a contract for construction of a
    Military Police School and a Signal School at Camp Shaheen, Afghanistan, on June 15,
    2015. ECCI’s certified claim reads in relevant part as follows:
    This design-built [sic] Contract was awarded on April 8,
    2011, and required completion within 365 days. The Contract
    was awarded for a price of $27,613,870.20. Prior to
    advertising this contract, the U.S. Army Corps of Engineers
    (USACE) performed a “Biddability, Constructability,
    Operability Evaluation (BCOE)” on this project. The
    preparation of a BCOE is required by internal USACE
    regulations. The purpose of a BCOE is for professional
    engineers in USACE to assure that the terms of the
    solicitation are biddable and constructable.
    ***[T]he sister project for the MP/Signal School Contract,
    the Group A Expansion Contract, which was awarded a
    month after the MP/Signal School Contract for
    $29,842,615.36, had a BCOE that would require a 550 day
    POP. Therefore, USACE was aware, based upon its own
    internal engineering analysis, in its contemporaneous BCOE,
    that the MP/Signal School project was not constructable
    within the terms of the solicitation, which required
    performance within 365 days.
    By preparing contract specifications the government
    impliedly warrants that if the contractor complies with the
    specifications, satisfactory performance will result. The
    government’s implied warranty of specifications includes the
    specified time for completion of the work. [Citation omitted]
    The government breached its warranty of the specification
    when it advertised and awarded [the contract] with a 365 day
    duration, because it had evidence establishing that the project
    required 600 calendar days.
    The Government’s conduct also amounts to a breach of its
    duty of good faith and fair dealing for the following reasons.
    The government knew of the fact that the 365 day schedule
    was unreasonably short, yet the Government took no action to
    cooperate with ECCI and extend the schedule to a reasonable
    length. Instead, USACE continually threatened ECCI with
    2
    interim unsatisfactory ratings, demanded “recovery
    schedules” and otherwise forced ECCI to accelerate in
    unreasonable ways. The USACE actions were the opposite of
    cooperation on the schedule issues. ***
    [paragraph omitted]
    Based on the above, there is clear, unequivocal evidence that
    USACE breached its warranty of the adequacy of the
    specifications and its duty of good faith and fair dealings
    related to the required period of performance of 365 in the
    original Contract, and evidence of this breach has been in
    USACE’s contract files for several years, both before award
    of the Contract and during performance.
    As a direct result of USACE’s breach of its warranty of the
    adequacy of specifications and its duty of good faith and fair
    dealing, ECCI has suffered breach damages of $5,584,820.
    (R4, tab 75)
    ECCI’s appeal from a deemed denial of its claim was docketed at the Board on
    September 10, 2015, as 
    ASBCA No. 60167
    . On September 24, 2015, ECCI filed a
    consolidated complaint in 
    ASBCA No. 60167
     and two other pending consolidated
    appeals. Paragraphs 1-29 of its complaint set forth the factual allegations underlying
    Counts I through IV of the complaint that pertain to ECCI’s BCOE claim. These factual
    allegations are as follows: that USACE knew prior to issuing the solicitation in February
    of 2011 that 550 to 600 days was a more appropriate period of performance for both the
    MP/Signal School contract and a similar Camp Shaheen contract, the Group A
    Expansion, yet both solicitations were issued with periods of performance of 365 days;
    that USACE never informed ECCI, either prior to award or during contract performance,
    of the internal analysis concluding that 550-600 days was a more appropriate period of
    performance; that during contract performance a professional scheduler under contract to
    USACE informed USACE contract administration personnel in May of 2012 and August
    of 2012 that projects of similar size and type required 550 to 600 days to perform; that
    USACE personnel never informed ECCI of this information and failed during contract
    performance to provide any relief by granting extensions to the 365-day period of
    performance.
    Building on this factual predicate, Count I alleges that the contract was
    commercially impracticable to perform in 365 days and ECCI is entitled to an equitable
    adjustment for the expense incurred in trying to meet an impossible period of
    performance. Count II alleges that the 365-day period of performance was a defective
    3
    specification because the contract could not be performed in 365 days, and USACE
    breached its warranty of the adequacy of the contract specifications. ECCI adds in this
    Count that the specifications were otherwise deficient because they did not adequately
    provide for fast track and coordination procedures sufficient to efficiently manage
    accelerated construction, and that USACE mismanaged the design process by combining
    the designs for MP/Signal School and Group A, but then ordering that the approved
    designs be split apart, causing further delays to performance. Count III alleges that
    USACE’s pre-award BCOE provided it with the vital knowledge that 550 to 600 calendar
    days were necessary to perform the contract, USACE was aware that ECCI did not
    possess this knowledge, ECCI was misled by the contract specifications to believe that
    the contract could be performed in 365 days, and USACE failed to share with ECCI its
    superior knowledge that 550 to 600 days were necessary to perform the contract. Lastly,
    Count IV alleges that USACE breached its implied duty of good faith and fair dealing by
    concealing its knowledge that 550-600 days were necessary to perform the contract, both
    pre-award and during contract performance, and by failing to extend the contract
    performance period to reflect a realistic period of performance, thereby depriving ECCI
    of the expected fruits of the contract. The relief requested is $5,584,820 in damages.
    A two-week hearing encompassing this appeal and two other ECCI appeals was
    conducted from May 8 to May 19, 2017. Post-hearing briefing was completed on
    April 6, 2018.
    DISCUSSION
    Contentions of the Parties
    The government’s contention that ECCI presented two separate claims (breach of
    implied warranty of specifications, and breach of the duty of good faith and fair dealing)
    in its June 15, 2015 certified claim relies on the proposition that there exist separate sets
    of unrelated operative facts in support of each of the allegedly separate claims. Thus, the
    government says that ECCI presented three operative facts in support of its claim for
    breach of warranty of specifications: (1) USACE conducted a BCOE review of the
    MP/Signal School project prior to the solicitation’s release; (2) after contract award, the
    government’s contracted scheduling engineer advised USACE that the typical period of
    performance for similar projects is closer to 600 days; (3) the BCOE review conducted
    for the Group A project recommended a period of performance of 550 days. (Gov’t mot.
    at 7-8) Whereas, in support of the breach of the duty of good faith and fair dealing claim,
    the government says ECCI introduced new operative facts that bear no relation to its
    breach of the warranty of specifications claim: (1) after award, USACE refused to
    reasonably extend the period of performance; and (2) USACE continually threatened
    ECCI with interim unsatisfactory performance ratings and demanded that ECCI submit
    “recovery” schedules (gov’t mot. at 8-9). The government asserts that all of the operative
    facts in support of ECCI’s breach of the duty of good faith and fair dealing claim take
    4
    place after award, whereas the operative facts in support of its breach of warranty claim
    take place before and after award (gov’t mot. at 9) (emphasis in original). Therefore, it
    argues, the claims are separate and unrelated and, since ECCI did not claim a sum certain
    for each claim, but only one sum for both claims, its certified claim is not valid and
    cannot support the jurisdiction of the Board (gov’t mot. at 9-10).
    The government also contends that ECCI introduced two new claims in its
    September 22, 2015 complaint—breach of contract by failure to disclose superior
    knowledge, and commercial impracticability. It asserts that each of these relies on
    operative facts different from each other and from what was contained in the certified
    claim. (Gov’t mot. at 10-15) Because (1) ECCI has not demanded a sum certain for any
    of its four claims, and (2) the two new claims in the complaint were never provided to the
    contracting officer for decision, the government says, the Board lacks jurisdiction to
    consider or decide them (gov’t mot. at 15-19).
    We note that in post-hearing briefing, the government argued that the Board has
    jurisdiction over the ECCI’s claims of breach of warranty of specifications and breach of
    the duty of good faith and fair dealing, but not the two “new” claims:
    
    ASBCA No. 60167
    , as argued in ECCI’s post-hearing
    brief, with the exception of the allegations that the
    Government breached an implied warranty of specifications
    and the duty of good faith and fair dealing through the
    determination of the Contract POP, failure to extend the POP,
    allegedly threatening ECCI with unsatisfactory performance
    ratings, demanding recovery schedules, and forcing ECCI to
    accelerate, is not properly before the Board.
    (Gov’t br. at 103)
    ECCI takes issue with the government’s argument that its certified claim presents
    separate sets of facts in support of different theories of recovery, and states that the
    certified claim sets forth a single set of operative facts that supports multiple theories of
    recovery. That single set is composed of the following operative facts stated in the claim:
    (1) USACE was aware, before and after award, that the project would take 600 days to
    complete; (2) USACE advertised the project with a 365 day period of performance, and
    without revealing its knowledge that 600 days was needed for performance; (3) evidence
    of the unreasonably short period of performance was in USACE’s contract files before
    and after award for several years; (4) USACE possessed a BCOE on a sister project that
    demonstrated that the MP/Signal School contract “was not constructable within the terms
    of the solicitation” and reflected an impossibly short schedule; and (5) despite knowing
    of the impossibly short schedule both before and after award, USACE continually
    5
    threatened ECCI with interim unsatisfactory ratings, demanded “recovery” schedules,
    and otherwise forced ECCI to accelerate in unreasonable ways. (App. opp’n at 8).
    ECCI argues that the original certified claim supports not just the two theories of
    recovery expressly articulated in the claim, breach of the warranty of specifications and
    breach of the implied duty of good faith and fair dealing, but also its superior knowledge
    and commercial impracticability theories of recovery. As to superior knowledge, ECCI
    points to the claim’s language regarding USACE’s possession of pre-award knowledge
    that the 365-day period of performance was unreasonably short and that 600 days was
    required and its advertisement of the project, nevertheless, with the 365-day period of
    performance and without revealing its pre-award knowledge. As to commercial
    impracticability, ECCI points to the claim’s statements that USACE had a pre-award
    BCOE that reflected an impossibly short schedule, and that the project was “not
    constructable within the terms of the solicitation.” (App. opp’n at 12-13) ECCI further
    points out that the USACE contracting officer who received the certified claim and read
    it, but did not issue a final decision on it, testified at the hearing in this appeal without
    ever saying that he had any issue in understanding the basis for or amount of ECCI’s
    claim (app. opp’n at 2).
    Thus, ECCI states, each theory of recovery in its certified claim, if found to be
    valid by a contracting officer or the Board, supports the recovery of the $5,584,820 of
    damages claimed. It is not possible to differentiate or divide the damages, because they
    are the same breach damages, caused by USACE’s failure to disclose its pre-award
    knowledge that the period of performance was unreasonably or impossibly short and its
    enforcement of the unreasonably short period during contract performance. (App. opp’n
    at 13-14) Similar to the facts considered in Scott Timber Co. v. United States, 
    333 F.3d 1358
    , 1365-1366 (Fed. Cir. 2003), in this case ECCI gave the contracting officer clear
    notice of a purported breach of contract, seeks the same remedy requested from the
    contracting officer, namely consequential damages for the breach, and posed slightly
    different legal theories for the breach. The same or related operative facts support each
    theory of breach, namely the short performance period, USACE’s withholding of the
    BCOE conclusions about that performance period, and USACE’s failure to cooperate
    with ECCI in either achieving the schedule or providing relief from it. The additional
    facts uncovered by ECCI in discovery, presented at the hearing, and argued in the
    post-hearing briefing, all go directly to prove these fundamental factual elements set forth
    in ECCI’s certified claim. (App. opp’n at 16-18)
    Jurisdiction of the Board
    An issue of the Board’s jurisdiction may be raised at any time prior to a final
    decision. B.W. Hovermill Co., 
    ASBCA No. 5570
    , 
    59-2 BCA ¶ 2439
    . The claimant bears
    the burden of establishing subject matter jurisdiction by a preponderance of the evidence.
    K-Con Bldg. Sys., Inc. v. United States, 
    778 F.3d 1000
    , 1004 (Fed. Cir. 2015); Suodor
    6
    Al-Khair Co. – SAKCO for General Trading, ASBCA Nos. 59036, 59037, 
    15-1 BCA ¶ 35,964
     at 175,725.
    In order to properly raise a claim under the Contracts Disputes Act (CDA), a
    contractor must present “in writing to the contracting officer a clear and unequivocal
    statement that gives the contracting officer adequate notice of the basis and amount of the
    claim.” Scott Timber, 
    333 F.3d at 1365
     (quoting Contract Cleaning Maint., Inc. v.
    United States, 
    811 F.2d 586
    , 592 (Fed. Cir. 1987). The requirements of the CDA are
    jurisdictional prerequisites to any appeal. M. Maropakis Carpentry, Inc. v. United States,
    
    609 F.3d 1323
    , 1327 (Fed. Cir. 2010). Therefore, the contractor must have submitted a
    valid claim and received a contracting officer’s decision on that claim before it may avail
    itself of the Board’s jurisdiction. 
    Id.
     A claim is “a written demand or written assertion
    by one of the contracting parties seeking, as a matter of right, the payment of money in a
    sum certain, the adjustment or interpretation of contract terms, or other relief arising
    under or relating to the contract. . . .” Reflectone, Inc. v. Dalton, 
    60 F.3d 1572
    , 1575
    (Fed. Cir. 1995) (quoting FAR 33.201).
    Any action before the Board under the CDA must be “based on the same claim
    previously presented to and denied by the contracting officer.” Scott Timber, 
    333 F.3d at 1365
    . “Identifying what constitutes a separate claim is important. We have long held
    that the jurisdictional standard must be applied to each claim, not an entire case;
    jurisdiction exists over the claims which satisfy the requirements of an adequate
    statement of the amount sought and the basis for the request.” K-Con Bldg. Sys., 778
    F.3d at 1005 (citing Joseph Morton Co. v. United States, 
    757 F.2d 1273
    , 1281 (Fed. Cir.
    1985)). “Our longstanding demand that a claim adequately specify both the amount
    sought and the basis for the request implies that, at least for present purposes, we should
    treat requests as involving separate claims if they either request different remedies
    (whether monetary or nonmonetary) or assert grounds that are materially different from
    each other factually or legally.” [Citations omitted] “This approach, which has been
    applied in a practical way, serves the objective of giving the contracting officer an ample
    pre-suit opportunity to rule on a request, knowing at least the relief sought and what
    substantive issues are raised by the request.” Id. at 1005-06 (emphasis in original).
    This standard does not require rigid adherence to the exact language or structure of
    the original administrative CDA claim. Scott Timber, 
    333 F.3d at 1365
    . Thus, even
    though claims may be styled differently, we may determine that they are the same if they
    “arise from the same operative facts, claim essentially the same relief, and merely assert
    differing legal theories for that recovery.” 
    Id.
     Thus, claims seeking different types of
    remedy, such as expectation damages versus consequential damages, may be determined
    to be separate claims. K-Con Bldg. Sys., 778 F.3d at 1006. “In a similar vein, merely
    adding factual details or legal argumentation does not create a different claim, but
    presenting a materially different factual or legal theory (e.g., breach of contract for not
    constructing a building on time versus breach of contract for constructing with the wrong
    7
    materials) does create a different claim.” Id. In Tolliver Grp., Inc. v. United States,
    
    20 F.4th 771
     (Fed. Cir. 2021), the court determined that a claim that costs of legal
    defense were allowable under FAR Part 31 was not the same as a claim that the
    government’s breach of the implied warranty of performance caused damages to Tolliver
    in the amount of the legal costs it incurred. The court reached its conclusion through an
    analysis of the remedies sought and the elements of the claims, holding that the legal
    theories of recovery were materially different due to their differing elements, and that the
    contracting officer could not have been reasonably expected to recognize that a breach of
    warranty claim was contained in the certified claim that was submitted for decision.
    The Certified Claim
    We disagree with the government’s current contention that we do not have
    jurisdiction over ECCI’s breach of warranty of specifications and breach of the implied
    duty of good faith and fair dealing claims contained in ECCI’s certified claim because
    they are separate claims as to which ECCI has failed to demand sums certain. It is
    evident from the certified claim that ECCI intended to file one claim with at least two
    theories of recovery. The government agreed with that view in its post-hearing brief.
    But, more importantly, ECCI’s breach of warranty of specifications and duty of good
    faith and fair dealing theories of recovery rely on common or related operative facts, and
    they seek the same remedy, $5,584,820 in damages.
    When the government contracts for supplies to be manufactured in accordance
    with government specifications, there is an implied warranty that if the specifications are
    followed, a satisfactory product will result. If the warranty is breached, i.e., the
    specifications are defective, a plaintiff is entitled to damages equal to the amount
    expended in trying to comply with the defective specification. Hol-Gar Mfg. Corp. v.
    United States, 
    360 F.2d 634
    , 639 (Ct. Cl. 1966). A necessary element of breach of the
    implied warranty of specifications is proof that the requirement to comply with the
    defective specification caused the contractor to suffer damages such as additional cost or
    schedule disruption. See, e.g., Santa Fe Engineers, Inc., 
    ASBCA No. 25549
    , 
    82-2 BCA ¶ 15,982
     at 79,254.
    To determine whether there has been a breach of the implied duty of good faith
    and fair dealing, there is a focus on whether a party has acted in accordance with the
    purpose of the contract, or has interfered with the other party’s performance, or acted in
    such a way as to destroy the other party’s reasonable expectations as to the fruits of the
    contract. Metcalf Constr. Co. v. United States, 
    742 F.3d 984
    , 991 (Fed. Cir. 2014).
    While the duty of good faith and fair dealing does not arise until after award of a contract,
    “[t]his does not suggest that pre-contract actions by the government cannot bear on the
    question of whether the government has complied with its obligations that are eventually
    imposed by the contract.” Scott Timber Co. v. United States, 
    692 F.3d 1365
    , 1372 (Fed.
    Cir. 2012).
    8
    Central to ECCI’s certified claim are the allegations of USACE’s pre-award
    knowledge that it had never constructed a project of similar size in Afghanistan in less
    than 550-600 days, and that its scheduling engineers thought 365 days would be difficult
    or impossible to achieve, coupled with the allegation that after award and during
    performance, the government failed to cooperate with ECCI in either achieving the
    365 days or in providing relief from it. The government’s pre-award knowledge is an
    operative fact in both the breach of warranty and breach of implied duty theories, since it
    bears on the defectiveness of the period of performance (which ECCI argues is a contract
    specification), as well as on whether the government breached its duty following award.
    Scott Timber, 692 F.3d at 1372.
    Similarly, the government’s alleged actions after award bear on both theories,
    breach of warranty of specifications and breach of the implied duty of good faith and fair
    dealing. Post-award government actions, including failure to correct or extend the period
    of performance, or to cooperate in achieving it, go both to the damages suffered as a
    result of attempting to comply with the government’s defective specification (period of
    performance), and to whether the government failed to cooperate, or actively interfered
    with, ECCI’s performance of the contract. The facts enumerated in ECCI’s certified
    claim are relevant to both theories of recovery, and we are satisfied that the contracting
    officer was adequately apprised of both the amount of, and the two articulated bases for,
    ECCI’s claim.
    As is to be expected, by the time discovery was complete and this appeal was the
    subject of a two-week trial, ECCI had added factual details to the allegations contained in
    its certified claim. Those additional factual allegations include the following:
    (1) USACE’s pre-award knowledge that on the sister project, Group A Expansion, a
    formal schedule analysis (not done for the MP/Signal School project) recommended
    541 days. When asked if that period could be reduced, the scheduler said it would
    require three civil crews working simultaneously and two 10-hour shifts. USACE knew
    that two 10-hour shifts would not be allowed, but went ahead and imposed a 365-day
    period of performance on both the Group A project and the MP/Signal School project;
    (2) USACE failed to share any of its pre-award knowledge with ECCI, either before
    award or during performance of the contract; (3) USACE was not prepared to implement
    the contract’s austere design standards on the MP/Signal School project, and insisted
    ECCI follow the nonstandard conceptual drawings in the contract that were contrary to
    the current austere standards guidance and more time consuming to meet; nor did
    USACE cooperate with ECCI to take other measures reasonably necessary to achieve
    completion of the project in 365 days, including securing unrestricted access to the work
    site and unrestricted working hours. These are additional factual details in support of the
    two theories of recovery presented to the contracting officer and do not constitute new
    claims. K-Con Bldg. Sys., 778 F.3d at 1006.
    9
    ECCI’s “New” Theories of Recovery
    We now turn to ECCI’s additional two theories of recovery that the government
    argues were presented for the first time in its complaint, commercial impracticability and
    failure to disclose superior knowledge. A contract is commercially impracticable if its
    performance would cause extreme and unreasonable difficulty, expense, injury or loss to
    one of the parties. Raytheon v. White, 
    305 F.3d 1354
    , 1367 (Fed. Cir. 2002). While
    commercial impracticability may excuse a party’s nonperformance, in government
    contracts, it has also been treated as a constructive change to the contract because it
    imposes substantial unforeseen costs on the contractor, entitling the contractor to an
    equitable adjustment. 
    Id.
    In Foster Wheeler Corp. v. United States, 
    513 F.2d 588
    , 598 (Ct. Cl. 1975), the
    court found a contract to deliver a boiler in 13 months to be commercially impracticable
    because meeting the specification requirement would have required an expensive
    research and development effort and taken a minimum of 19-24 months altogether. The
    degree of added expense to make a contract commercially impracticable to perform is
    substantial, so great that it renders all means of performance “commercially senseless.”
    Raytheon, 
    305 F.3d at 1367
    . Under this standard, a cost overrun of 57 percent in
    Raytheon was not sufficient to render the contract commercially impracticable. 
    Id. at 1368
    . See also Commissioning Sys. Global, LLC, ASBCA Nos. 57429, 57494,
    
    13 BCA ¶ 35,355
     at 173,532 (only a loss substantially greater than the 30.4% increase in
    expense alleged by CSG would constitute commercial impracticability).
    In alleging commercial impracticability, ECCI is not seeking to be relieved from
    performing the contract. In fact, it did complete performance of the contract, and seeks
    an equitable adjustment for the added expense of doing so. ECCI argued in
    post-hearing briefing that the contract was impracticable at the time of award due to the
    following facts: USACE lacked the manpower or intent to implement the updated
    version of austere standards in the contract; USACE lacked the manpower to engage in
    fast track design review; USACE was not prepared to have personnel on site to engage
    in the real time decision-making needed for accelerated construction; USACE was not
    prepared to adapt its enforcement driven model of contract administration to the
    cooperative model needed for accelerated construction; USACE knew, but did not
    disclose, that access to the work site and working hours would be restricted. ECCI also
    emphasizes that it reasonably relied on USACE’s stated intent to accelerate
    construction, its inclusion of austere standards in the contract, and its express intent to
    prioritize speed over quality or cost, to conclude that the short period of performance
    could be met. (App. br. at 131-135) ECCI did not address the substantial expense or
    loss aspect of impracticability in its brief.
    The claim presented to the contracting officer focused on the allegations that the
    government knew the period of performance of 365 days was unrealistically short, and
    10
    that after award the government failed to cooperate with ECCI either to achieve that
    period of performance, or to extend it to a more realistic period. As ECCI argues in its
    opposition to the government’s motion to dismiss, the facts cited by ECCI in support of
    its commercial impracticability claim are the same as, or related to, the facts cited in its
    certified claim. However, we must also consider the elements of this theory of recovery
    and whether they are materially different from what was presented to the contracting
    officer. ECCI argues that the contracting officer was on notice of its commercial
    impracticability theory of recovery because the certified claim referred to “an impossibly
    short schedule” and stated that the project “was not constructable within the terms of the
    solicitation” (app. opp’n at 12-13).
    We conclude that ECCI’s certified claim did not alert the contracting officer to a
    claim of impracticability, because a key element of this theory of recovery is added
    expense so substantial that any means of rendering performance would be commercially
    senseless. This is an element not present in any of the other theories of recovery
    advanced by ECCI, and it is also absent from ECCI’s certified claim. The damages
    sought were $5,584,820, approximately 20 percent of the contract price at award, which
    does not approach the level of expense or loss required under the applicable case law.
    Moreover, due to the material difference between the elements of this theory of recovery
    and ECCI’s other theories of recovery, we conclude that ECCI’s commercial
    impracticability theory of recovery is a new, separate claim that was not presented to the
    contracting officer for decision, and thus we lack jurisdiction under the Contract Disputes
    Act to adjudicate it. Tolliver Grp., 20 F.4th at 777.
    Finally, we examine ECCI’s claim of failure to disclose superior knowledge, the
    second of the two theories of recovery, the government argues were raised for the first
    time in ECCI’s complaint. The doctrine of superior knowledge is generally applied to
    situations where (1) a contractor undertakes to perform without vital knowledge of a fact
    that affects performance costs or duration, (2) the government was aware that the
    contractor had no knowledge of and had no reason to obtain such information, (3) any
    contract specification supplied misled the contractor, or did not put it on notice to inquire,
    and (4) the government failed to provide the relevant information. Hercules, Inc. v.
    United States, 
    24 F.3d 188
    , 196 (Fed. Cir. 1994); Scott Timber, 692 F.3d at 1373.
    As alleged in ECCI’s complaint, the facts supporting failure to disclose superior
    knowledge are: that USACE’s pre-award BCOE provided it with the vital knowledge
    that 550 to 600 calendar days were necessary to perform the contract, USACE was aware
    that ECCI did not possess this knowledge, ECCI was misled by the contract
    specifications to believe that the contract could be performed in 365 days, and USACE
    failed to share with ECCI its superior knowledge that 550 to 600 days were necessary to
    perform the contract. These operative facts are the same as or related to those on which
    ECCI relies for its breach of warranty of specifications and breach of the duty of good
    faith and fair dealing theories of recovery. The added factual details that ECCI argues in
    11
    post-hearing briefing support this theory of recovery track closely with the added factual
    details, it argues support its first two theories of recovery, including that USACE knew
    that the recommended period of performance for the sister project at Camp Shaheen, the
    Group A Expansion, was 541 days, and that to substantially reduce that would require
    two 10-hour shifts throughout performance, which USACE knew but did not disclose
    would not be allowed; and also that USACE knew but did not disclose that it was
    unprepared to implement the austere design standards in the contract, or any other
    measures to facilitate accelerated construction which were necessary to meet the 365-day
    period of performance (app. br. at 124-130). Moreover, the elements of breach of duty to
    disclose superior knowledge overlap and do not differ materially from those of the two
    theories of recovery presented to the contracting officer in ECCI’s certified claim.
    Therefore, we conclude that ECCI’s certified claim adequately apprised the contracting
    officer of the issues and relief sought, and that superior knowledge is not a new claim, but
    an alternative theory of recovery that we have jurisdiction to adjudicate.
    CONCLUSION
    The government’s motion to dismiss is denied as to Count II (breach of the
    implied warranty of specifications), Count III (breach of the duty to disclose superior
    knowledge), and Count IV (breach of the implied duty of good faith and fair dealing) of
    ECCI’s complaint. The motion is granted as to Count I (commercial impracticability).
    Dated: January 25, 2022
    LYNDA T. O’SULLIVAN
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                           I concur
    RICHARD SHACKLEFORD                                OWEN C. WILSON
    Administrative Judge                               Administrative Judge
    Acting Chairman                                    Vice Chairman
    Armed Services Board                               Armed Services Board
    of Contract Appeals                                of Contract Appeals
    12
    I certify that the foregoing is a true copy of the Opinion and Decision of the
    Armed Services Board of Contract Appeals in 
    ASBCA No. 60167
    , Appeal of ECC
    International, LLC, rendered in conformance with the Board’s Charter.
    Dated: January 26, 2022
    PAULLA K. GATES-LEWIS
    Recorder, Armed Services
    Board of Contract Appeals
    13