Asi Constructors, Inc. v. United States

129 Fed. Cl. 707, 2016 U.S. Claims LEXIS 1915, 2016 WL 7368666
CourtUnited States Court of Federal Claims
DecidedDecember 20, 2016
Docket16-687C
StatusPublished
Cited by2 cases

This text of 129 Fed. Cl. 707 (Asi Constructors, 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
Asi Constructors, Inc. v. United States, 129 Fed. Cl. 707, 2016 U.S. Claims LEXIS 1915, 2016 WL 7368666 (uscfc 2016).

Opinion

Keywords: Subject Matter Jurisdiction; Contract Disputes Act; Differing Site Conditions; Misrepresentation; Covenant of Good Faith and Fair Dealing; Breach of Contract.

OPINION AND ORDER

KAPLAN, Judge.

The U.S. Army Corps of Engineers (the Corps) awarded Plaintiff ASI Constructors, Inc. (ASI) a contract to perform certain construction work at the Canton Lake Dam in Oklahoma. According to ASI, after it began the work it encountered unexpected conditions that adversely impacted its performance, resulting in cost increases and time delays.

In its complaint before this Court, ASI claims entitlement to an equitable adjustment of the contract based on Type I differing site conditions. 1 It further alleges that the Corps breached the contract by failing to disclose material information regarding site conditions about which it had superior knowledge; that the Corps misrepresented material facts related to site conditions; and that it breached the duty of good faith and fair dealing in its administration of the contract. Finally, ASI claims that the Corps engaged in constructive acceleration of ASI’s performance by refusing to grant ASI’s reasonable requests for additional time and by withholding progress payments to ASI. It seeks damages for breach of contract to compensate for the increased eosts that it claims it incurred as a result of the Corps’ wrongful actions.

The government has moved to dismiss ASPs complaint pursuant to Rules 12(b)(1) and 12(b)(6) of the Rules of the Court of Federal Claims (RCFC). It contends that the Court lacks jurisdiction over ASPs superior knowledge and duty of good faith and fair dealing claims because ASI failed to present them to the contracting officer (CO) as required by the Contract Disputes Act (CDA), 41 U.S.C. §§ 7101-09. It further argues that ASI has failed to state a claim for differing site conditions because the contract documents did not make affirmative representa *710 tions about the conditions at issue. Similarly, the government contends that ASI has failed to state a superior knowledge claim because the specifications the government provided to ASI were not misleading. Finally, the government contends that the remainder of ASPs claims are redundant and derivative of ASI’s differing site condition and superior knowledge claims, and hence should also be dismissed.

For the reasons discussed below, the government’s motion to dismiss is DENIED.

BACKGROUND 2

1. The Canton Lake Dam Project—Phase I

The Canton Lake Dam is located seventy-five miles northwest of Oklahoma City, Oklahoma. Compl. ¶ 6. The dam was originally constructed in 1948. Id. At some point prior to 2008, the Corps determined that the dam’s concrete spillway was at risk of “sliding” during a flood and that it also lacked adequate capacity. See id. ¶¶ 6-7. To address these issues, the Corps proposed a two-phase project to stabilize the spillway and construct an emergency auxiliary spillway. Id. ¶ 6.

A contract to perform Phase I of the project was awarded to Nicholson Construction Company (Nicholson) in September 2008. Id. ¶¶ 6-7. Under the contract, Nicholson was to excavate the new auxiliary spillway channel, build diaphragm walls on the north and south sides of the channel, and install “riprap” along the embankment. Id. ¶7. Nicholson began work on the contract in October 2008 and completed its work in January 2011. Id.

According to ASI, Nicholson encountered high groundwater conditions in the spillway channel and on the south slope of the channel during construction. Id. ¶21. Nicholson advised the Corps that the “flowing groundwater” it encountered represented a differing site condition (DSC) because the contract documents had described the groundwater as “perched” rather than flowing. Id. ¶ 22. Nicholson eventually submitted a claim to the Corps for a DSC based upon the “springlike” condition on the south slope of the channel. Id. ¶ 25. That claim was initially denied by the Corps but then ultimately settled in mediation. Id. ASI alleges “upon information and belief’ that the Corps “acknowledged the existence of DSCs in its settlement with Nicholson.” Id.

II. Contract Award to ASI to Perform Phase II of the Project

The Corps issued a request for proposals for Phase II of the project in May 2011. Id. ¶ 10. The solicitation included project specifications and a 212-page Engineer Research and Development Center Report (the ERDC Report). That report contained a description of the site conditions and the results of geo-technical testing conducted at the site by the Corps and various contractors. See id. Its stated purpose was “to share insights into site geology, water table information, [and] select laboratory and field instrumentation and field data considered relevant to the design of the new shoring system at the site of the weir.” Def.’s Mot. to Dismiss App. (Def.’s App.) at DA043.

Phase II required the construction of “a concrete weir, 3 nine fusegates[,] and concrete aprons 4 immediately upstream and down *711 stream of the weir.” Compl. ¶ 8. The contractor would be required to excavate thirty-five feet below the diaphragm walls and insert tieback anchors into the south diaphragm wall as part of the construction process. Id. ¶ 9. Tieback anchors are drilled, grouted, and “post-tensioned” to provide lateral support to stabilize slopes. Id. According to ASI, “[e]x-tensive temporary shoring also had to be placed below the north and south diaphragm walls at the weir excavation and the shoring also required tieback anchors.” Id. Further, “Construction of the weir could not start until the temporary shoring systems had been designed and installed.” Id.

ASI alleges “the Corps failed to disclose vital knowledge of site conditions gained during both the Spillway Stabilization Program and the Phase I construction.” Id. ¶ 11. It asserts that “[bjecause Phase II was to be constructed on the same site and involved excavation and associated work far deeper than that performed in Phase I, knowledge of the subsurface conditions experienced in the Spillway Stabilization Program and Phase I would have been important to any Phase II offeror.” Id. In fact, ASI alleges, “[d]uring the Phase II bidding process, the Corps was specifically asked by an offeror about ‘unforeseen conditions or difficulties encountered’ in Phase I” and “[t]he Corps refused to provide the Phase I Downstream Apron DSC Knowledge.” Id. ¶ 14. 5

ASI submitted a proposal for the Phase II contract in July 2011. Id. ¶ 15. In preparing its proposal, ASI relied upon the solicitation and the ERDC Report, including the data for soil and rock strata contained in the ERDC Report. See id. ¶¶ 15-17. ASI’s proposal was “specifically conditioned” on the assumption that the geotechnical information in the ERDC Report represented actual site conditions. Id. ¶ 17.

On September 16, 2011, the Corps awarded the Phase II contract to ASI. Id. ¶ 18.

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

Related

Cite This Page — Counsel Stack

Bluebook (online)
129 Fed. Cl. 707, 2016 U.S. Claims LEXIS 1915, 2016 WL 7368666, Counsel Stack Legal Research, https://law.counselstack.com/opinion/asi-constructors-inc-v-united-states-uscfc-2016.