Perini Corp. v. United States

381 F.2d 403, 180 Ct. Cl. 768
CourtUnited States Court of Claims
DecidedJuly 20, 1967
DocketNo. 228-68
StatusPublished
Cited by32 cases

This text of 381 F.2d 403 (Perini Corp. v. United States) is published on Counsel Stack Legal Research, covering United States Court of Claims primary law. Counsel Stack provides free access to over 12 million legal documents including statutes, case law, regulations, and constitutions.

Bluebook
Perini Corp. v. United States, 381 F.2d 403, 180 Ct. Cl. 768 (cc 1967).

Opinion

Cowen, Chief Judge,

delivered the opinion of the court:

The central issue in this contract case is whether a substantial variation from an estimated quantity in contract specifications constitutes a changed condition within the meaning of the standard Changed Conditions article, when the facts establish that the variation was foreseen by the contractor and should reasonably have been anticipated by the Government. That question, and a host of related ones, have generated protracted proceedings before the contracting officer, the Corps of Engineers Claims and Appeals Board, and in this court.1 What is unique here is that the Government rather than the contractor is the party claiming that a changed condition existed. For the reasons discussed below, we reject the Government’s position. We hold that a material variation from an estimated quantity, here consisting of an overrun in the amount of water to be pumped from a speci[771]*771fied area, did not constitute a changed condition within the circumstances of this case and therefore that plaintiff is entitled to be paid the stated contract price for the entire amount pumped.

I

The instant contract is one of a series contributing to the completion of the Jim Woodruff Dam on the Apalachicola River near Chattahoochee, Florida. In order of time, it was the third major contract for the work at the site. The first was for the erection of an earth overflow dike to be built on the east bank of the river by the Shepherd Construction Company; the second, still being performed by plaintiff2 at the time the invitation for bids on the instant contract was announced, was for the construction of a lock and fixed crest spillway.

The contract here involved the construction of a gated spillway, powerhouse and switchyard. The work was to be performed in two separate cofferdam stages in order to avoid interrupting the riverflow and to permit navigation during the construction period. The first cofferdam stage included the major portion of the gated spillway and switchyard embankment construction; the second, the powerhouse and the remainder of the spillway and switchyard structures. Both the gated spillway and the powerhouse were to be located in the river bottom but were to be constructed in the dry within the cofferdams. These requirements meant that water would have to be pumped from the worksite.

In November of 1951, an invitation for bids for the contract was issued. It requested that the bids be submitted on the basis of a price schedule containing 153 pay items, most of which were based on a unit price, but some called for lump sum bids. Included were Bid Items 2 and 102 which required the submission of separate unit prices for pumping units of 1,000 gallons of water per unit for the first and second stage cofferdam areas respectively. The Unit Price Schedule stated an estimated quantity of 323,000 units for Item 2 and 302,000 units for Item 102.3 The contract also contained the [772]*772usual clauses requiring the bidders to make their own site inspection.

Plaintiff bid 40 cents per unit for Items 2 and 102. Despite the fact that these unit prices greatly exceeded those of the other bidders, plaintiff’s total bid of $13,907,379.60 was the low bid, and plaintiff was awarded the contract at that price. The contract was dated January 18,1952; the notice to proceed was received by plaintiff on February 15,1952.

Large quantities of water were encountered almost immediately during the first stage work. By August 12, 1953, pumping from that area had already exceeded the estimated 323,000 units by more than 100 percent. On that account, plus a report from a Government geologist that similar conditions would lead to even greater excesses with respect to the unstarted second stage area, defendant’s Resident Engineer asked plaintiff for proposals and comments in view of the “quite high” unit prices for pumping. When plaintiff demurred, defendant suggested that it assume some of the pumping. The plaintiff by letter of September 10, 1953, objected to this proposal. Subsequently, plaintiff suggested a revised dewatering plan for the second stage cofferdam.

On May 17, 1954, defendant again requested plaintiff to agree to a reduction in the contract price for pumping. Plaintiff again refused. Then, in June, plaintiff was asked to accept a substitute price of 15 cents per unit for the second stage. Plaintiff was also informed that if it failed to agree to the proposed price substitution, defendant would issue a change order reducing the contract unit price. Plaintiff declined to make any change in the contract price, pointing out that “to the present time no pumping whatever has taken place with respect to the Second Stage Cofferdam.”

Work began in the second stage area. By the end of November 1954, plaintiff had pumped 1,137,620 units above the 302,000 units estimated for this stage. One month later, the contracting officer issued Change Orders Nos. 19 and 20. Change Order 19 dealt with the first stage area which had been completed one year earlier and for which plaintiff had already been paid the contract price. The order asserted that a changed condition existed in the subsurface conditions and added a new item to the Unit Price Schedule, [773]*773which provided for pumping 502,501 units, the exact number of units plaintiff had pumped above the original estimated quantity. For the pumping of that quantity, the change order fixed the price at 25 cents per unit instead of the 40 cents bid by plaintiff.

Change Order No. 20 stated that a changed condition existed in the subsurface conditions of the second stage area and set forth a temporary unit price of 10 cents per unit (instead of 40 cents) pending final determination “of such new and final price.” It also raised the estimated quantity of water to be pumped from the second stage to 2,000,000 units. On March 28, 1955, a supplement to Change Order No. 20 fixed the “new and final price * * * for all quantities” of water pumped from the second stage area “in excess of the original estimate of 302,000 units” at 8 cents per unit, and increased the estimated quantity of such item to 2,150,000 units.

The contract as extended was completed on September 25, 1955. As of that date, plaintiff had pumped from the first stage area 825,501 units of water instead of the 323,000 units originally estimated. From the second stage area, plaintiff had pumped 6,600,818 units instead of the 302,000 units estimated.4

An explanation of this enormous overrun entails a review of the facts relating to the water-carrying potential of the rock that had to be excavated for the foundations of the structures, as well as the water conditions that prevailed in the foundations themselves. As previously stated, the contract was to be performed in the dry on the river bottom of the Apalachicola Eiver. The river bottom consisted of four layers of various materials and strata. In descending order, tihe first layer was composed of an overburden of sands and gravels. The second layer, known as the Tampa formation, was a limestone stratum of the rock which plaintiff was to excavate for the powerhouse and gated spillway foundations. This formation was highly porous and permeable, possessing [774]*774a large number of interconnected channels, pits and Cavities. The third layer, known as the Suwannee formation, consisted of limestone and dolomite rock of very high porosity and permeability.

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

Related

Skanska USA Civil Southeast, Inc.
Armed Services Board of Contract Appeals, 2025
Meridian Engineering Company v. United States
122 Fed. Cl. 381 (Federal Claims, 2015)
Celco Construction Corp. v. Town of Avon
26 N.E.3d 202 (Massachusetts Appeals Court, 2015)
Extreme Coatings, Inc. v. United States
109 Fed. Cl. 450 (Federal Claims, 2013)
Com. v. AMEC CIVIL, LLC
699 S.E.2d 499 (Supreme Court of Virginia, 2010)
CEMS, Inc. v. United States
59 Fed. Cl. 168 (Federal Claims, 2003)
FOUNDATION INTERN. v. ET Ige Const.
78 P.3d 23 (Hawaii Supreme Court, 2003)
Youngdale & Sons Construction Co. v. United States
38 Cont. Cas. Fed. 76,467 (Federal Claims, 1993)
Lathan Co. v. United States
36 Cont. Cas. Fed. 75,842 (Court of Claims, 1990)
Utley-James, Inc. v. United States
34 Cont. Cas. Fed. 75,478 (Court of Claims, 1988)
Weeks Dredging & Contracting, Inc. v. United States
34 Cont. Cas. Fed. 75,356 (Court of Claims, 1987)
Erickson-Shaver Contracting Corp. v. United States
33 Cont. Cas. Fed. 74,191 (Court of Claims, 1985)
Timber Investors, Inc. v. United States
587 F.2d 472 (Court of Claims, 1978)
Arundel Corp. v. United States
515 F.2d 1116 (Court of Claims, 1975)

Cite This Page — Counsel Stack

Bluebook (online)
381 F.2d 403, 180 Ct. Cl. 768, Counsel Stack Legal Research, https://law.counselstack.com/opinion/perini-corp-v-united-states-cc-1967.