January 29, 1981 UNITED STATES GOVERNMENT PRINTING OFFICE CONTRACT APPEALS BOARD APPEAL OF SWANSON TYPESETTING SERVICE Jacket No. 276-745 Appeal Dated July 25, 1980 Hearing Held on November 25, 1980 Decision dated January 26, 1981 Panel 80-9 JAY E. EISEN Chairman CHARLES L. RITCHEY, JR. Member ROBERT C. McARTOR Member UNITED STATES GOVERNMENT PRINTING OFFICE BOARD OF CONTRACT APPEALS Panel 9-80 APPEAL OF SWANSON TYPESETTING SERVICE 5205 York Road Baltimore, Maryland 21212 This is an appeal filed by the Swanson Typesetting Service, Baltimore, Maryland, herein also referred to as the contractor, under the disputes clause of the contract, Purchase Order 71047, Jacket 276-745, Article 29, United States Government Printing Office Contract Terms No. 1, approved July 1, 1943, Rev. July 15, 1970. The appeal came before the Board of Contract Appeals on November 25, 1980, following a decision by the Contracting Officer on July 3, 1980, to terminate the contract, Jacket 276-745, for default due to the failure of the contractor to perform the quality requirements called for in the specifications in accordance with the terms of the contract. The appellant submitted its notice of appeal by letter dated July 25, 1980. The contractor requested a hearing as indicated in the letter dated September 15, 1980. Accordingly, the Board convened on November 25, 1980, to provide an opportunity to the appellant to present its appeal at an informal hearing pursuant to the procedures provided in the Board of Contract Appeals Rules of Practice and Procedures, specifically paragraph 13, GPO Instruction 110.10A, September 17, 1980. This procedure consists of a written submission as provided in Paragraphs 8, 10, and 12 (supra) and a hearing before the panel. The purpose of such a hearing generally is not to serve for introduction of new matter but to permit explanations and/or arguments regarding written matters already in the record. Accordingly, no transcript of the proceedings was prepared. Mr. Richard P. Swanson, together with Mr. Earl Harrison appeared for the contractor. Mr. James C. Lane, Office of the General Counsel appeared for the Contracting Officer together with Mr. James Markley as the Contracting Officer's representative. Additional supporting documents offered by the appellant were accepted into evidence, properly identified, and referred to in the findings of facts. The United States Government Printing Office Contract Terms No. 1, approved July 1, 1943, Revised July 15, 1970, and GPO Form 2834 (Rev. APR 1973) General. Specifications for Composition, Camera Copy and/or Reproduction Proofs are incorporated by reference as part of the contract. The specifications provide in part that: "IN CASE OF CONFLICT BETWEEN THE PROVISIONS OF GPO FORM 2834 AND THOSE OF THE SPECIFICATIONS, THE SPECIFICATIONS SHALL PREVAIL." I. Findings of Fact A. This case arises out of a contract entered into by the Swanson Typesetting Service and the U.S. Government Printing Office, hereinafter referred to as the GPO on November 18, 1978, at a cost of $6,215 (est.), "For the Purchase of Reproduction Proofs/Camera Copy" to be used for the printing of a publication by the Department of Commerce titled "NBS Monograph 162, Plane- Wave Scattering-Metrix Theory of Antennas, etc." The contractor was furnished with 300 folios of manuscript copy fully prepared, typewritten, with a moderate amount of handwritten editorial markings. The invitations to bid included five (5) facsimile samples of manuscript copy which is representative of approximately 95% of the furnished manuscript copy. Five sets of galley proofs and the manuscript were scheduled to be received by GPO on or before December 1, 1978. B. The specifications provide that the composition is to be Hot Metal and/or, Photo Composition and/or Cold Type. The specifications as related to composition provide the following: "NOTE: Bidders must have the capability for setting simple & complex mathematical and scientific equations which require all the usual special characters which are too numerous to list here. "It is estimated that there will be approximately 275,000 ems of text matter set 8 & 10 pt. Bodoni Book with miscellaneous Bodoni Bold words & letters scattered throughout, 2-pt. leaded, 26 1/2 picas. Copy contains a profusion of special characters in the text matter as well as in the equations as shown in the facsimile samples of manuscript copy on pages 6-10 which represents approximately 95% of the typesetting. The balance (5%) of the typesetting consists of preliminary matter, Contents, Reference matter, footnotes & legends. It is estimated that there will be approximately 40 multiline equations, 315 2-line fractional equations, and 500 l-line equations throughout. DISPLAY: 10 & 12 pt. Spartan Heavy. C. "TABULAR MATTER: Approximately 5,000 ems, set 8 on 10 pt. Bodoni Book, 26 1/2 picas. Approximately four casts. Approximately 20 vertical rules required. . . . . D. "A. PREFERRED TYPEFACES "1. TEXT: 8 & 10 pt. Bodoni Book with italics "2. 8 & 10 pt. Bodoni Bold (runs in with Bodoni Book) "3. TABULAR: 8 pt. Bodoni Book "4. DISPLAY: 10 & 12 pt. Spartan Heavy "B. Alternate typefaces [X] will not be accepted, 'lookalikes' only, with different generic names "SCHEDULES "Manuscript copy will be furnished by November 20, 1978 . . . . "GALLEY PROOFS: 5 sets and manuscript copy must be mailed on or before: December 1, 1978. Will be withheld 10 working days. REVISED GALLEY Proofs (if required) accompanied by author's galleys must be mailed within 3 days after receipt of galley proofs. "PAGE PROOFS: 6 sets accompanied by author's galleys must be mailed within 3 working days after receipt of galley proofs. "Will be withheld 10 working days. "REPRODUCTION PROOFS: 1 sets must be mailed to GPO within 3 working days after receipt of OK proofs." F. The contractor, who elected to use linotype composition, forwarded 12 galleys to GPO that were received at GPO on December 8, 1978, with the balance received on December 20, 1978. Due to typographical errors the galleys were returned to the contractor, together with the original manuscript on February 26, 1979. In addition, 2 sample pages were returned to the appellant for use in preparing (5 copies) revised galleys as a guide for contractor to properly set all special symbols and equations. (Exhibits 7, 9, and 10.) G. The customer agency (United States Department of Commerce, National Bureau of Standards) returned "unread" the second set of galley proofs on April 6, 1979. (Appellate Exhibit C) Their representatives had scanned through the proofs and "found disturbing discrepancies too numerous to accept". Representatives of the agency met with GPO procurement personnel on April 20, 1979, who convinced them that, despite the symbols being in rough galley form, all proofs would be fully acceptable at the reproduction proof stage. (Exhibits 12 and 13.) On June 25, 1979, the agency, upon receiving the critique of the editor of the publication (a textbook scheduled for use in universities) rejected the proofs on the grounds of errors and discrepancies in the use of alien characters throughout the text and equations. (Exhibit 14.) H. The contractor, Mr. Richard Swanson, attended a meeting at GPO on July 19, 1979, participated in by National Bureau of Standards and GPO representatives, to discuss recurring errors in the galley proofs. It was agreed between the parties that the agency will mark the galleys to be corrected by the contractor for preparation of sample camera-ready page reproductions for approval prior to finalizing the composition. It was also agreed that most of the errors referred to by the editor were author's alterations, and that in the future, the galley proofs will be marked "AA" or "PE" as the case may be. A department representative, Ms. Betty Burroughs, presented a similar technical National Bureau of Standards publication to the contractor for use as a guide. (Appellate Exhibit 1; Exhibits 18 and 19.) I. On November 15, 1979, the contractor made inquiry of GPO as to the status of Jacket 276-745 and was informed that it was considered temporarily suspended as of May 27, 1979. In response to a request by the contractor, a meeting was scheduled for December 19, 1979, at 2 p.m. at GPO to be attended by the contractor, GPO and National Bureau of Standards representatives. The National Bureau of Standards officials departed at 2:40 upon the failure of the contractor to appear. Mr. Richard Swanson and Mr. Earl Harrison arrived at GPO at 3:30 p.m. and met with Messrs. Douglas MacBride and James Willard, GPO representatives. Several matters were raised, but principally discussed was the availability of boldface Greek characters as requested and insisted on by the customer agency, a requirement not originally identified in the specifications. The Government then instructed the vendor that the newly required Greek characters were available from a specific source, but the vendor later discovered that such was not the case, and the Government then made other arrangements with the vendor (for "paste-up") to satisfy the requirement. (Exhibits 24, 25, 26, 27, 28, 29, 30, 31, and 34.) J. On March 17, 1980, the customer agency voiced disappointment and frustration at the contractor's lack of performance and his failure to satisfy the quality requirements of the contract, and requested cancellation of the same. On April 17, 1980, GPO verbally proposed to the contractor its intention to terminate the contract for the convenience of the Government. The contractor responded by submitting a settlement demand in the amount of $13,500 based on an estimated cost of $4,500 for the original typesetting and two subsequent typesettings. The contractor disputed that it made extensive typographical errors, but rather that the majority of errors were author's alterations for which they had no control. The contractor therefor disclaimed liability due to the poorly prepared manuscript copy. (Appellate Exhibits 2 and 5; Exhibits 35, 36, 41 and 42.) K. In view of the fact that the Government would not be receiving usable, acceptable composition in consideration of payment to the contractor incidental to the proposed termination for convenience, GPO decided to proceed with its attempt to secure an acceptable product from the contractor. (Exhibit 53.) The plan was to waive the page proof requirement and return to the revised galley proofs (Appellate Exhibit 5) which were fully reviewed by the customer agency. The contractor, after making all the corrections indicated on the galley proofs, would then produce one set of page reproduction proofs, error free, in compliance with the specifications. To assist the contractor in making the corrections as marked on the first revised galley proofs, a five-page list of instructions was forwarded to the appellant on May 20, 1980, by the Chief, GPO Composition Specification Section, including a caveat to ignore any prior references for the use of bold face Greek characters. The appellant was, therefore, requested on May 21, 1980, to furnish one set of page reproduction proofs and two sets of companion readers proofs, in accordance with the specifications and referenced instructions, on or before June 12, 1980. The contractor was advised on May 21, 1980, that this was a final opportunity to perform and complete an acceptable product. (Exhibits 49, 50, and 54.) L. The contracting officer on June 19, 1980, notified the contractor by a "Show Cause" telegram that it failed to perform the quality, requirements of the contract for the following reasons: that of the 198 reproduction proofs submitted, 150 pages contained one or more defects as follows: typographical errors (i.e.) printers errors, wrong fonts, broken characters, smears, poor inking, crooked pasted characters, spacing problems, character positions, and etc. The contractor on June 25, 1980, disagreed and asserted that "the overwhelming majority of errors described as . typographical errors, are author's alterations." The appellant admitted to some instances of broken type appearing in the proofs which could be corrected, except that the proofs were marked-up with correction ink inserts, so as to make the proofs useless. On June 30, 1980, a breakdown of the 198 reproduction page proofs by the GPO Composition Specification Section was made as follows: Considered satisfactory: 48 pages Considered unsatisfactory: 150 pages Pages considered unsatisfactory because of typographical errors (i.e.) printer's errors, wrong fonts, etc. 80 pages Pages considered unsatisfactory because-of broken characters, smears, poor inking, crooked pasted characters 122 pages Pages considered unsatisfactory because of spacing problems, character position pages 57 (Appellate Exhibit 3; Exhibits 55, 56, and 59.) M. In accordance with the "Disputes" clause, U.S. Government Printing Office Contract Terms No. 1, the Contractor was notified on July 3, I980, that the contract was terminated for default because of failure to perform the quality requirements of the contract. The contractor submitted a timely written appeal directed to the Public Printer dated July 25, 1980. (Exhibits 61 and 63.) II. Issue Having recited the operative facts in this case, the Board now focuses on the question of the propriety of the decision by the Contracting Officer to terminate Jacket No. 276-745 for default following the rejection by GPO of the composition (typesetting requirements) furnished by the contractor because of failure to conform to the strict requirements of the specifications. III. Decision By the very nature of the contract, the contractor is required to perform in accordance with the specifications made a part of the contract. As a general rule two types of compliance are recognized: complete compliance and substantial compliance. In this instance, specifications relating to the purchase of reproduction proofs/camera copy to be used for a printing of a publication by the National Bureau of Standards, the contractor was required to perform exactly in accordance with the details of the specifications in regard to preparing the composition from a fully prepared manuscript copy containing a voluminous quantity of simple and complex mathematical and scientific equations with special characters. Facsimile samples of the manuscript copy were provided to the contractor as representative of approximately 95% of the furnished manuscript copy. In addition to Contract Terms No. 1, dated July 1, 1943 (Rev. 7/15/70) incorporated by reference, GPO Form 2834 (Rev. Apr. 1973) titled General Specifications for Composition, Camera Copy and/or Reproduction Proofs, is incorporated by reference as an integral part of the contract. It generally provides the terms and conditions in typesetting contracts established with commercial suppliers by the Government Printing Office. It provides in part as relating to quality the following: "1.2 Quality. -- All type set under these specifications must be first class in every respect. It must be free from error and in conformity with the copy submitted. Hollow or pitted type, broken serifs or hairlines will not be acceptable. Style :must be in accordance with these specifications, unless otherwise specified . . . ." GPO Form 2834 under 1.12 Proofs provides in part the following: "CAUTION: All proofs (galley, page, and repro) submitted under these specifications must be FREE FROM ERROR and in conformity with the copy submitted . . . ." It is inescapable that appellant's difficulties apparently stemmed, although acceptable in the specifications, when the contractor decided to produce the required camera copy through use of the linotype process. The contractor should have anticipated with the numerous amount of multi-line and fractional equations indicated in the specifications, that the linotype process was limited and not designed ' for such multi-line composition. The appellant ran into difficulty early during the period of contract administration in December 1978 and again April 6, 1979, when the galley proofs were returned by the customer agency and found to display disturbing discrepancies too numerous to accept. It was agreed that many of the errors referred to by the editor of the publication were author's alterations. In connection with its contention that it satisfied specification requirements, appellant also appears to be arguing that it should be considered to have fully performed the contract; that the product was commercially acceptable as when compared to the quality of similar types of contracts it performed on prior occasions. However, it is fundamental that under the strict specification requirements in this contract, the contracting officer has the right to insist upon strict compliance with specifications. Ideal Restaurant Supply Co. Inc., VACAB 67-1 BCA 6237. The Contracting Officer and the contractor both contributed to many of the problems associated with the administration of this contract. The Contracting Officer, having considered terminating the contract for convenience rescinded that procedure since GPO would not receive any quid pro quo for payment to the appellant. The Contracting Officer then proceeded to give the appellant one last opportunity to submit an acceptable product. The contractor was requested to produce one set of reproduction proofs, error free and was provided with a five-page list of instructions on May 20, 1980, furnished by the Chief, GPO Composition. Specifications Section. The final product, upon inspection by the GPO representatives, indicated that of the 198 reprobation proofs submitted 150 pages contained one or more fatal defects. An inspection of the final product indicates that the contractor failed to follow the provided list of instructions and that the contractor was not equal to the stringent quality requirements of the contract. Despite the contention of the contractor that it had ample experience in providing mathematical composition (equations) this is not fully supported by the evidence consisting of the various proofs. Close examination of the proofs reflect errors such as various symbols appearing in three or four different sizes or styles, certain "stacked" fractions and then poor spacing and other defects. The general and overriding principle is that the Government is entitled to strict compliance with the specifications. Polyphase Contracting Corp., ASBCA, 68-1 BCA 6759 (1967); Consolidated Airborne Systems, Inc., ASBCA, 66-1 BCA 5586 (1966). This doctrine is enforced even when the deviations are minor. In the instant case, we believe that the specifications, together with subsequent written instructions were clear and were not lived up to. The contractor's argument that he received conflicting instructions does not, by itself, justify his rendition of a product not conforming to the specifications. The Government had a right to obtain what it contracted for and it did not receive it. Contrary to appellant's argument at the hearing, nothing arbitrary or unconscionable appears merely from the Government's requirement of adherence to the specifications. In fairness to the contractor, the evidence as adduced reflects that the original galley proofs submitted by the contractor were rejected on the basis of extensive typographical errors throughout, the equations. The Contracting Officer concurred in that most of the errors referred to by the editor of the National Bureau of Standards publication were in fact author's alterations. The Contracting Officer advised the contractor on July 23, 1979, that the galley proofs will be marked "AA" or "PE" to aid it in billing of the same. GPO Form 2834 (Rev. April 1973) under 2.10 Item No. 7: Author's alterations states in part the following: "Author's alterations consist of all marks made by the author at variance with the original manuscript as submitted to the contractor, but do not include corrections marked by the editor due to the failure of the contractor to follow copy literally." Under this section of GPO Form 2834 charges are authorized for author;s alterations on a "per line" basis for text matter and a "per column line" basis for tabular matter. In light of a possible entitlement of charges by the contractor for author's alteration, an opportunity should be afforded the contractor to submit a voucher supported by available proofs or facsimiles thereof showing the author's alteration marks in accordance with the provisions of 2.10 Item No. 7: GPO Form 2834. In addition, during the protracted and prolonged course of contract administration in this case because of problems associated with Jacket 276-745, the matter of availability of boldface Greek characters was raised by the agency and requested for use in the production of the final product. This was a requirement not originally identified in the specifications. The Contracting Officer advised the contractor that the newly required characters were available from a specific source, but Swanson later discovered that such was not the case, and GPO then advised the contractor to "paste-up" to satisfy the requirement. Ordinarily, any modification or change of specifications, according to the terms of the contract, is required to be made by a written change order issued by the Contracting Officer. No oral statement of any person as in this case is generally allowed to modify or otherwise affect the specifications of the contract. However, the whole question of authority to modify the contract was left in such a state that Swanson was led to believe that the Contracting Officer could bind GPO by the issued oral change orders. The oral changes should have been confirmed by a written change order by the Contracting Officer. As a matter of law, the Contracting Officer did not have authority to make , such changes orally, but both he and the contractor believed and acted as if he had the authority. The oral changes requested by the Contracting Officer are deemed by the Board of Contract Appeals to constitute a constructive change order. ABCO Builders, Inc., POD BCA, 69-1 BCA 7434. Accordingly, it is directed that this issue be remanded to the Contracting Officer for the negotiation of an equitable adjustment as to any expenses incurred by the contractor in attempting to comply with the oral order. Accordingly, in reviewing all the evidence that has been presented and after considering all the arguments, the Board finds -- 1. The default termination was proper. 2. The appeal is denied. 3. Consistent with the provisions of 2.10 Item No. 7: Form 2834, the Contracting Officer should afford the appellant an opportunity to submit a voucher supported by available proofs or facsimiles showing author's alteration in support of a claim for reimbursement thereof. 4. In light of the Board's decision that a constructive change occurred upon an oral order by the Contracting Officer to the appellant to procure "boldface Greek" characters, this issue is remanded to the Contracting Officer for-the negotiable adjustment as to provable expenses incurred by the appellant in attempting to comply with the order. JAY E. EISEN Chairman PANEL # 9-80 CHARLES L. RITCHEY, JR. Member ROBERT C. McARTOR Member January 26, 1981 DATE