John C. Grimberg Co., Inc. ( 2018 )


Menu:
  •                 ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeals of --                                   )
    )
    John C. Grimberg Co., Inc.                      )      ASBCA Nos. 58791, 59167, 59168
    )                 59169, 59170,59171
    )                 59717
    )
    Under Contract No. W912DR-09-C-0038             )
    APPEARANCES FOR THE APPELLANT:                         Edward J. Parrott, Esq.
    Stephanie M. Rochel, Esq.
    Watt, Tieder, Hoffar & Fitzgerald, LLP
    McLean, VA
    APPEARANCES FOR THE GOVERNMENT:                        Michael P. Goodman, Esq.
    Engineer Chief Trial Attorney
    Scott C. Seufert, Esq.
    David B. Jerger, Esq.
    Engineer Trial Attorneys
    U.S. Army Engineer District, Baltimore
    OPINION BY ADMINISTRATIVE JUDGE PEACOCK
    These appeals involve claims for alleged differing site conditions, delays,
    acceleration and multiple changes arising out of construction of a Bio lab facility at
    Fort Detrick, Maryland. Entitlement only is before us for decision. For the reasons
    detailed below, we sustain ASBCA No. 58791, sustain in part ASBCA No. 59717 and
    deny ASBCA Nos. 59167, 59168, 59169 and 59170. At trial, the parties agreed to
    dismiss ASBCA No. 59171 with prejudice (tr. 4/6-7).
    FINDINGS OF FACT
    A. CAISSONS DIFFERING SITE CONDITION-ASBCA No. 58791
    1. The referenced contract was awarded to John C. Grimberg Co., Inc. (appellant.
    JCG or Grimberg) by the Baltimore, Maryland, District U.S. Army Corps of Engineers
    (Corps or government) on May 29, 2009, for construction of the Navy Medical
    Biological Defense Research Laboratory (Biolab or Project) (R4, tab 2 at I). The amount
    of the contract was $21,087,000.00 (id. at 2). The period of performance was 720 days
    from receiving notice to proceed (id. at 1). The contract was a design-build contract
    (id; GPF 62 1). As is typical of a design-build contract, no unit prices for rock excavation
    were set forth because the contractor's foundation solution is not established at the time
    of award (tr. 2/43, 4/40; GPF 63). The contract incorporated Federal Acquisition
    Regulation (FAR) 52.236-2, DIFFERING SITE CONDITIONS (APR 1984J(the DSC clause);
    FAR 52.243-4, CHANGES (JUN 2007); and FAR 52.249-10, DEFAULT (FIXED-PRICE
    CONSTRUCTION) (APR 1984) (APFs 5-9; GPF 13).
    t.    Fort Detrick and its Karst Geology Generally
    2. The Project is located at Fort Detrick in Frederick County, Western Maryland
    (tr. 5/28, 31). Geologically, the rock beneath Fort Detrick is part of the Frederick Formation
    (R4, tab 5 at 2-3). The Frederick Formation is known for its karst geology (tr. 5/26; GPF 1).
    3. Karst geology is a geological formation shaped by the dissolution of a layer or
    layers of soluble bedrock, usually carbonate rock such as limestone, dolomite, or gypsum,
    but has also been documented for weathering-resistant rocks, such as quartzite, given the
    right conditions (R4, tab l at 4 n.3). Karst is a recognized geohazard, "[k]nown for its
    variability and its degree of inconsistency, both vertically and horizontally over extremely
    short distances" (tr. 5/27). Karst also has significant top of rock variation (tr. 8/127, 167).
    Karst is unique in that the existence of a solid appearing outcrop right at the location of a
    footing or pier does not guarantee that good rock will appear below the outcrop (tr. 7/167).
    For this reason offerors should anticipate that conditions at one location can differ from
    conditions at another location (tr. 7/169). Karst conditions can vary over short distances
    (tr. 8/139). In karst, "you can have a mass of soil in the solution feature, or a karst feature,
    and immediately adjacent to it is good hard rock (tr. 3/89, see also tr~ 8/139, 141). Karst is
    "consistently inconsistent" (tr. 5/32-33; GPF 2).
    4. Voids are present throughout the Frederick Formation (tr. 8/130). They are
    present in areas without strong evidence of ·'strike and dip'' (tr. 8/159-60). Strike and dip
    are considerations in karst limestone but are not the defining features for understanding
    1
    The Board issued a briefing order in these appeals, inter alia, requirihg that each party,
    in its initial post-hearing brief, propose findings of fact supported by detailed
    citations to pertinent portions of the record. The briefing order.further required that
    each party, in its reply brief, respond to the opposing party's proposed findings of
    fact with specificity interposing all objections it had to those proposed findings.
    Both parties have filed excellent briefs in compliance with that\>rder. Accordingly,
    the Board has extensively adopted many of each party's findings to the extent that
    there was no objection. Appellant's and the government's proposed findings are
    designated APF and GPF, respectively followed by the proposed finding number.
    In adopting party-proposed findings, the Board generally incorporates the citations
    to the record set forth in the proposed findings (without repetition in this decision)
    as support for the Board's own findings.
    2
    conditions at the Project site (tr. 8/123, 155-56, 159-60). Other factors and conditions
    that can impact incompetent rock, 2 such as top of rock variation, must be accounted for
    (tr. 8/128, 139, 141; GPF 3).
    5. Grimberg has pe1formed several contracts at Fmt Detrick, which is approximately
    40 miles from Grimberg's home office (tr. 1/53). The other Grimberg projects at Fort Detrick
    involving deep foundations were design-bid-build projects and had unit prices for rock
    excavation. On at least one of these prior contracts, Grimberg contracted with the same
    drilling subcontractor, Seaboard Foundations, as it did on this project. One prior contract
    involved construction of the Steam Sterilization Plant (SSP), located approximately 400 yards
    from the Project (tr. 1/57). Because the earlier contracts were design-bid-build, the
    government, not Grimberg, performed all design functions. (Tr. 1/57-58, 62, 149; GPF 5)
    6. Grimberg had not bid a design-build project at Fort Detrick with deep
    foundations before. In addition, this was Grimberg's first project involving deep
    foundations that did not contain unit prices. (Tr. 1/147; GPF 6)
    ii. The Government's Constntction Cost Estimate Foundation Assumptions
    7. Mr. Brian Glock is a senior geotechnical engineer with the Baltimore District,
    Corps of Engineers. He has lived and worked in the Baltimore area almost his entire life.
    He has extensive geotechnical knowledge of the Baltimore area and experience covering the
    design of numerous foundation types, including drilled piers, and in designs involving karst
    geology. (Tr. 4/32-37; GPF 7)
    8. On October 14, 2008, Mr. Glock prepared assumptions for the government's
    construction cost estimate for the Project's deep foundation work (R4, tab 156;
    tr. 4/42-43; GPF 8).
    9. Mr. Glock' s estimate assumed a contractor would install drilled piers with
    an average diameter of 4 feet, and an average total length of 35 feet (tr. 4/156-57; R4,
    tab 156). Each pier would end with a rock socket, the portion of the pier that carries the
    Project building's structural load. The rock socket must be set in competent rock. (See, e.g.,
    R4, tab 5 at 9, tab 9 at 5) The piers would extend through an estimated 20 feet of soil and
    15 feet of rock (R4, tab 156 at 2). Mr. Glock did not differentiate between estimated
    quantities of competent and incompetent rock to be excavated (id.). Mr. Glock indicated in
    his trial testimony, however, that of the 15 feet of rock excavation, 10 to 11 feet he assumed
    would be allocated for incompetent rock and 4 to 5 feet was allocated for competent rock, in
    which the rock socket would be set (tr. 4/181-82). The 15-foot figure represented his
    estimated average across all drilled piers (tr. 4/158-59, 8/136; GPF 9).
    2
    As used by both parties, "incompetent" rock refers to poor quality rock unsuitable for
    supporting the drilled pier foundation designed for this project.
    3
    10. Mr. Glock included excavation costs for approximately 10 to 11 feet of
    incompetent rock in his estimate (GPF 10).
    lll.   The Contract Geotechnical Report
    11. The request for proposals (RFP) contained two volumes of specifications.
    Volume 1, section 01 10 00, paragraph 5.2.1, provided that:
    A preliminary geotechnical report has been prepared
    describing the general subsurface conditions in the vicinity of
    the Project site. The geotechnical data and discussion in this
    report are intended to provide the Offeror with sufficient
    information to identify the general subsurface conditions at
    the site. The report also discusses geotechnical related
    requirements for the Project and is included as "Appendix A -
    Geotechnical Report and Requirements.''
    (R4, tab 4 at l; GPF 14)
    12. Mr. Glock prepared the contract's Geotechnical Report. He reviewed existing
    subsurface information, determined which information should be included in the Geotechnical
    Report, and prepared a narrative describing that information. (Tr. 4/41, 49; GPF 15)
    13. The Geotechnical Report appeared in Volume 2, Appendix A, of the RFP
    specifications (R4, tab 5). It described the general subsurface conditions at the Project site,
    detailing the unpredictable "karstic" nature of the regional geology. The purpose of the
    Geotechnical Report was to inform bidders of the subsurface conditions in which they
    would perform, prepare their bid and plan for foundation design and construction. (Id. at 2;
    tr. 4/49-51; GPF 16)
    14. After award, the contractor was responsible for the full geotechnical
    investigation, design and construction. Design was required to be performed by a
    professional engineer registered in Maryland and take into account the regional geology.
    (R4, tab 5 at 2, 9; tr. 4/50-53; GPF 17)
    15. The Geotechnical Report noted that "[f]or bidding purposes, it should be
    assumed that the NMBDRL [Biolab] building will require a deep foundation system
    of drilled piers or drilled micropiles, socketed into sound rock" (R4, tab 5 at 9). No
    particular foundation type was required (GPF 18).
    4
    16. Regarding the karst geology, section II.H stated:
    Considerations in Karst Terrain: The subsurface conditions
    in the area consist of residual soils and disintegrated rock
    over solution weathered limestone. The variable rock surface
    and fracturing, voids, etc[.] within the rock raise issues such
    as rock excavation and the potential for sinkhole formation
    that must be considered by the geotechnical designer. The
    contractor's geotechnical designer must consider and address
    the impacts of this karst geology on all aspects of the
    Project's design and construction. Such considerations
    include, but are not limited to, related impacts on foundation
    type and design, slab type and design, earthwork operations,
    earthwork materials, layout of site features, grading, handling
    of surface drainage and drainage off of structures, rock
    inspection and treatment requirements.
    (R4, tab 5 at 5; GPF 19)
    17. Regarding potential rock excavation at the site, section III. C stated:
    The limestone bedrock is subject to solution weathering and
    variations in the depth to rock may be experienced over
    limited horizontal distances. It should therefore be
    anticipated that excavations below grade may encounter rock.
    The contractor's geotechnical designer shall evaluate the
    potential for rock excavation in the work. The limestone
    bedrock beneath Ft. Detrick ranges from thin bedded shaley
    limestones that are sometimes rippable in mass excavation to
    more massive or thick bedded limestone that cannot easily be
    ripped and generally requires mechanical means of rock
    excavation or drilling and blasting for removal.
    (R4, tab 5 at 6; GPF 20)
    18. Section ILG stated that:
    On another project at Ft. Detrick referred to as [the
    USAMRIID] Project voids were encountered in 152 test
    borings out of a total of 257 borings drilled. While numerous
    drill holes encountered voids, most voids were small.
    Aggregate void thickness exceeded five feet in 23 of the
    257 boreholes, and was as high as 20 feet. Plotting of the
    5
    aggregate void distribution revealed that the larger voids
    occurred in clusters aligned along the bedding strike.
    (R4, tab 5 at 4) At trial, Mr. Glock described how this language indicates that larger, but
    not all, voids lined up with the rock's bedding strike (tr. 4/203; GPF 21).
    19. Attached to the Geotechnical Report was a "Boring Location Plan,'' showing
    the lpcations of various soil and rock borings, as well as a total of 46 boring logs (R4,
    tab 5 at 12). These borings were generally only a few inches in diameter and are
    comparable to the diameter of a compact disk (tr. 5/35). Also attached to the
    Geotechnical Report were photos of certain borings, laboratory testing data and other
    materials (R4, tab 5 at 14-170).
    20. Mr. Glock selected these 46 borings after reviewing several hundred borings
    (tr. 4/92-94). Mr. Glock included this number of borings due to the need for lots of data
    when designing in a karst context (tr. 4/52, 78-79). "[O]ur end goal is to provide
    information which looked at in total can be considered representative of the conditions by
    bidders of the site." "[W]e wanted to provide information in the general area of the site, and
    a sufficient quantity of and quality of information as well, that could be properly,
    reasonably interpreted for the conditions.'' In selecting the 46 borings, Mr. Glock wanted to
    provide enough borings that bidders could be reasonably informed of the karst's variability,
    but not so many borings that analysis would be unmanageable. (Tr. 4/113-14; GPF 22)
    21. By reviewing all 46 borings, Mr. Glock considered a bidder would understand
    the range of conditions at the Project site (tr. 8/142, 163-64). "[W]e were looking and
    intending to provide information that would have generated assumptions of large
    amounts of incompetent rock" (GPF 24).
    22. Boring DH-11 notes that "LIMESTONE" was encountered at a depth of
    21 feet (R4, tab 5 at 17). Boring DH-12 notes that "LIMESTONE" was encountered at
    15.4 feet (id. at 18). Photographs of these two borings were also attached to the
    Geotechnical Report (R4, tab 5 at 97-98; tr. 4/122). The purpose for including the
    photos in the Geotechnical Report was to show detail in the rock (tr. 4/87, 119). The
    photographs of the rock samples generally suggest that rock removed at the locations of
    borings DH-11 and -12 was of relatively good quality, containing only limited fracturing
    (tr. 4/87; R4, tab 5 at 97-98; GPF 28).
    23. Five of the logs contain the designation "ECS" and are related to the site of
    another then recently-completed project located "directly to the southeast of the [Project
    site]" ["ECS Borings''] (R4, tab 5 at 26-32). These borings were included due to their
    relative proximity to the site (tr. 4/129-30). After contract award, Grimberg hired ECS to
    conduct the post-award geotechnical investigation (finding 45). The ECS Borings used
    6
    in the pre-award Geotechnical Report are separate and distinct from the material
    assembled by ECS on Grimberg's behalf after contract award (GPF 29).
    24. Regarding eleven National Interagency Biodefense Campus (NIBC) Borings
    and the seven ECS Borings, which were taken in the vicinity of the Project site, section
    II.G of the Geotechnical Report stated:
    Bedrock indicated by the test borings is a medium gray
    limestone interbedded with shale. The limestone ranges from
    thin to thick bedded with thin shale beds and healed calcite
    veins. The rock varies from soft to very hard, with varying
    degrees of solution weathering. Boring data included herein
    from previous projects obtained within the immediate
    boundaries of this site and the borings drilled by ECS to the
    east were free of voids within the limestone bedrock.
    However, voids were encountered in many of the boreholes
    drilled to the south and west of this site. It should not be
    assumed that the rock below this site will be free of voids as
    the borehole data included for the NMBDRL site [i.e., the
    NIBC Borings] was obtained from a few widely spaced
    boreholes. The highest density of boreholes drilled for the
    data included was on the USAMRIID site to the south, where
    all accessible columns were drilled to determine design
    bottom elevations for the planned milled pier foundations.
    (R4, tab 5 at 4)
    25. Thirty borings provided in the Geotechnical Report were taken from a
    highly-dense cluster of boreholes to the south of the Project. These borings were related
    to the USAMRIID project (USAMRIID Borings). (R4, tab 5 at 3) The USAMRIID
    Borings were made to establish actual drilled pier depths for the USAMRIID project
    (tr. 4/126-27, 136-37). They show between zero and twenty feet of incompetent rock
    (tr. 7/170). Within this variation is a lot of poor quality rock material (tr. 3/90). Like the
    NIBC Borings, the USAMRIID Borings show the depths and elevations at which soil and
    rock were encountered (GPF 31).
    26. In contrast to the NIBC Borings, the USAMRIID Borings contain little to no
    description of the soil encountered, but do contain detailed descriptions regarding the quality
    and character of the rock itself, discussing color, density, weathering and other characteristics
    (R4, tab 5 at 33-95). The Geotechnical Report was explicit about this disparity, stating:
    It should also be noted that rock descriptions in the attached
    NIBC borings are relatively generalized due to the
    7
    i
    preliminaty nature of that investigation. Boring logs from the
    adjacent planned USAMRIID building show the rock
    conditions in more detail and therefore better describe the
    general rock conditions in the area.
    (Id. at 3; GPF 32)
    1v.   The Pre-Proposal Alphatec Analysis and Seaboard Subcontractor Quote
    2 7. Grunberg selected Alphatec, P. C. as the designer of record for this Project
    (APF 19). Alphatec prepared and submitted a preliminaty design analysis to Grimberg
    prior to Grimberg bidding on the Project (Alphatec Report) (R4, tab 157; tr. 1/79; see
    also R4, tab 158). Alphatec prepared its Report by reviewing the RFP (R4, tab 157 at 7;
    tr. 1/110). Alphatec worked with ECS to prepare the Report (tr. 8/40; GPF 42).
    28. At section C.3, "Preliminaty Geotechnical Recommendations," the Alphatec
    Report contains a discussion of geotechnical considerations on the Project, including a
    description of the karstic subsurface conditions. Critically, the Alphatec Report stated:
    Our preliminaty recommendations for drilled shaft and
    micropile foundations are provided below. Please note that
    these recommendations are preliminaty in nature and are for
    budgeting purposes only. The Project site is located in karst
    geology where the depths to rock from existing ground
    surface may vaty greatly within a short horizontal distance
    and the contractor may have to drill through deeper depth of
    overburden than what is presented in the soil borings.
    Likewise deeper drilling into rock may be necessaty to
    account for uncertainty related to rock quality, voids, and
    seams encountered within the socket or bond lengths. The
    contractor, therefore. should include a significant allowance
    in their bid to compensate for probable unknown or
    unforeseen site conditions. These conditions may include,
    but are not limited to additional drilling and rock coring,
    difficulties in drilling due to vatying depth of overburden,
    unknown rock conditions, additional probe holes or rock
    coring, grouting of voids, additional micropile bond length,
    etc. [Emphasis added]
    (R4, tab 157 at 7; see also tr. 1/110-12; GPF 43)
    8
    29. The Alphatec Report recommends a minimum length of five feet for rock
    sockets for the Project's caissons (drilled reinforced concrete piers) (R4, tab 157 at 6;
    tr. 1/129-30; GPF 47).
    30. Mr. Grimberg edited portions of the Alphatec Report and included them in
    Grimberg' s technical proposal for the Project, discussed in more detail, below (tr. 1/ 111-13 ).
    In particular, he struck the language from the Alphatec Report recommending that Grimberg
    ·'include a significant allowance in their bid to compensate for probable unknown or
    unforeseen site conditions" because Grim berg does not ·'bid projects that way" (tr. 1/81-82 ).
    Mr. Jim Graham indicated that he would not have allowed such an ·'allowance" to go into
    Grimberg's bid (tr. 8/48; GPF 45).
    3 1. Grimberg solicited quotes from drilling subcontractors for the Project prior to
    submitting its proposal to the government. On March 30, 2009, Seaboard Foundations
    submitted a quote in the amount of $200,492.00 (app. supp. R4, tab 219 at 39). This bid
    was based on drilling through five feet of rock (id; tr. 1/164). This bid also contained
    unit prices for rock excavation exceeding the five-foot socket (id.; GPF 48).
    32. Grimberg instructed Seaboard to include only five feet of rock excavation in
    its quote (R4, tab 155 at 5; GPFs 50-51).
    v. The JCG Proposal
    33. JCG submitted its Technical Proposal and its best and final offer on March 31,
    2009 (APF 14). The JCG Technical Proposal became part of the contract (R4, tab 3 at
    80). In formulating its costs for drilling, Grimberg used Seaboard's quote and added
    $45,000 for additional rebar and $100,000 for an additional five feet of rock excavation
    and socket, assuming that the design loads required the additional five feet for the socket.
    The additional five feet was not required and is unrelated to JCG's estimate of subsurface
    conditions. (Tr. 8/49-50) This resulted in a caissons bid of $345,492 from Grimberg to
    the government (app. supp. R4, tab 219 at l; GPF 53).
    34. Grimberg timely submitted a proposal (Proposal) in response to the RFP. The
    Proposal contained extensive representations regarding Grimberg' s Fort Detrick karst
    experience and its intended approach to the geotechnical aspects of the Project. (R4,
    tab 7; GPF 54)
    35. The Proposal's cover letter notes:
    The enclosed proposal demonstrates Grimberg' s unique
    qualifications, including its quality control program
    developed according to the strict standards of the USACE
    certification requirements, relevant experience with BSL2
    9
    laboratories and precision control systems, and familiarity
    with Fort Detrick's unique karst topography and other base
    regulations. Grimberg maintains an existing infrastructure for
    ongoing contracts at Fort Detrick, and has received multiple
    awards and commendations for projects successfully
    completed at the Army base.
    (R4, tab 7 at 2; GPF 55)
    36. Regarding its experience at Fort Detrick, the Proposal's ·'Executive
    Summary'' stated:
    Grimberg also maintains an existing infrastructure at Fort
    Detrick and is familiar with base-specific construction
    procedures required by the unique karst topography, as well
    as other base regulations.
    Furthermore, Grimberg is thoroughly familiar with the
    construction challenges at Fort Detrick, including site and
    foundation preparation work required for the karst
    topography. Grimberg has one ongoing contract on site and
    has completed numerous past projects with outstanding
    results. The contractor's existing infrastructure is prepared to
    address the unique site conditions, thus ensuring an efficient
    project start-up, execution, and completion.
    Added Value Highlight (Relevant Experience)
    USAMRIID Steam Sterilization Plant, Fort Detrick:
    Grimberg is serving as the prime contractor to construct the
    new, $30,000,000 steam sterilization plant with the capacity
    to decontaminate 126,000 gallons of liquid bio-waste per day.
    In addition, the project requires extensive site preparations of
    the karst topography, including substrate excavation, rock
    removal, vibration controls for facility foundations, and
    relocation of laboratory sanitary sewer lines.
    10
    USACE and Fort Detrick Experience: A successful contract
    completion is also ensured by Grimberg' s extensive military
    contracting experience, which includes dozens of projects
    performed for federal/USACE owners at secure and occupied
    military bases virtually identical to Fort Detrick. Moreover,
    Grim berg maintains an existing infrastructure at Fort Detrick
    for ongoing projects, and is experienced with Fort Detrick' s
    unstable karst topography, including unique site preparation
    requirements to deal with the limestone sq.bstrate.
    (R4, tab 7 at 4-6; GPF 56)
    37. In the same section, Grimberg notes that "[t]he foundation system shall
    consist of drilled piers (caissons).'' The caissons were to have a minimum five-foot rock
    socket. (R4, tab 7 at 7) Grimberg had concerns about the use of micropiles in lieu of
    caissons and thought caissons were more "predictable" (tr. 1/90-91; GPF 57).
    38. The Proposal also presents an extensive discussion of the karst geology of the
    site and Grimberg's planned approach to dealing with the unique issues raised thereby:
    C. Geotechnical
    2. Subsurface Conditions: Based on the geotechnical data
    provided in the RFP, the design team understands that the
    Project site is underlain by shallow fill soils over residual
    soils. Based on the borings, the residual soils are underlain
    by limestone rock, which was encountered at depths of about
    5 to 27 feet. Solution features (such as sinkholes) are
    considered possible on sites underlain by limestone bedrock.
    The limestone units underlying the site are the Grove and
    Frederick Formations, which are known to have significant
    sinkhole problems.
    3. Preliminary Geotechnical Recommendations: The
    offeror' s preliminary recommendations for drilled shaft and
    micropile foundations are provided below. Please note that
    these recommendations are preliminary in nature and are for
    budgeting purposes only.
    The Project site is located in karst geology where the depths
    to rock from existing ground surface may vary greatly within
    11
    I
    I   a short horizontal distance, and the contractor may have to
    drill through deeper depth of overburden than what is
    presented in the soil borings. Likewise, deeper drilling into
    rock may be necessary to account for uncertainty related to
    rock quality, voids, and seams encountered within the socket
    or bond lengths. Probable unknown or unforeseen site
    conditions may include, but are not limited to, additional
    drilling and rock coring, difficulties in drilling due to varying
    depth of overburden, unknown rock conditions, additional
    probe holes or rock coring, grouting of voids, additional
    micropile bond length, etc.
    4. Drilled Shafts: The building may be supported on straight
    sided drilled shafts founded on limestone rock. .. The shafts
    should have a minimum 5-foot rock socket. The offoror [sic]
    recommends designing the shaft diameters as small as
    possible to limit the volume of rock excavation.
    To achieve the design bearing pressures, the shafts should be
    founded in suitable limestone rock. Based on the information
    provided in the RFP, it is expected that suitable rock will be
    encountered at depths of about 5 to 30 feet below the ground
    surface. Based on the estimated shaft grades, shaft lengths of
    about 10 to 35 feet are estimated.
    Rock excavation with a coring barrel is expected in the shafts
    to reach suitable bearing rock materials. The limestone rock
    may be steeply sloped and very hard. Excavation through
    rock is expected in all shafts where the rock is sloped or
    uneven. Additionally, voids ranging from about 0.5 to 20 feet
    were encountered within the limestone rock in the test
    borings. Therefore, additional rock removal should be
    expected where voids are encountered during installation of
    the drilled shafts.
    5. Micropiles: A structural foundation system using
    high-capacity, drilled and grouted micropiles may also be
    considered to support the proposed strnctures. The least
    amount of risk for cost overruns is believed to be associated
    12
    with this foundation approach. Micropiles develop their
    capacity in skin friction. Typically, due to their small size
    and construction methods, end-bearing is neglected. A
    significant advantage of using micropiles is that the
    installation often uses continuous casing with rotary
    percussion duplex drilling methods that would not be
    significantly affected by floating boulders, voids, and rock
    ledges in the karst geology and would provide a stable hole in
    areas of soft materials ....
    It is recommended that seven inch diameter micropiles be
    used for preliminary foundation design due the possible
    I                 presence of boulders and pinnacles within the residual soils
    and voids within the limestone rock. ...
    If mud or air-filled voids are encountered within the bond
    length of the micropile, the casing should be extended to the
    bottom of the void and drilling for the new bond length
    should commence. The contractor must carry a reasonable
    allowance for additional micropile lengths into the rock until
    a sufficient length of competent rock is encountered. The
    total length of the micropiles will depend upon the depth to
    competent rock at the foundation locations ....
    Since the Project site is in karst geology, the designer
    recommends that micropile be installed using a suitable
    drilling method (such as "Duplex'' drilling systems) that
    advances the casing down hole with the drill string and thus
    protects the hole stability by mechanical means.... However,
    in karst conditions, drilling air may travel great distances due
    to open karst features.
    (R4, tab 7 at 9-11) The above language is virtually identical to the corresponding sections of
    the Alphatec Report, minus the deletion of the language recommending that Grimberg include
    a "significant allowance" in its bid ''to compensate for probable unknown or unforeseen site
    conditions" (R4, tab 157 at 7-9). At paragraph 5, though, the language does retain a similar
    "allowance" recommendation relating to micropiles (R4, tab 7 at 11; GPF 58).
    13
    39. Grimberg's discussion of its proposed organizational approach to the Project,
    found in the ·'Factor 7: Project Plan-Construction Organization" section, notes:
    Experience with Fort Detrick limestone substrate: Grimberg
    has extensive relevant expertise with earthwork in karst
    topography, including complex excavations involving
    sinkholes, caves, depressions, bedrock, and other faults and the
    vibration controls and other measures necessary for
    construction in the location. The company is also experienced
    in the careful coordination and monitoring of the
    subcontractors associated with this difficult phase of a project.
    The company's experience performing projects at Fort Detrick
    and its coordination and oversight will provide extremely cost-
    effective solutions, as well as ensure that all work is performed
    efficiently, safely, and in a manner that both meets and
    exceeds the Corps' expectations.
    (R4, tab 7 at 12)
    vi. Notice to Proceed, The Seaboard Subcontract and September 2009 ECS Report
    40. Grimberg was given notice to proceed with work on the contract on June 29,
    2009 (R4, tab 8; GPF 64 ).
    41. After award, Grimberg entered into a subcontract with Seaboard in the
    amount of $208,690 on August 3, 2010 (app. supp. R4, tab 57 at 1). This subcontract
    contained unit prices for rock excavation (tr. 2/41-43; GPF 66).
    42. Its contract with the government required Grimberg to produce a final
    geotechnical evaluation report, as well as verify the completeness of the provided drawings,
    verify all utility connects, and crossings, and report any discrepancies to the contracting
    officer (R4, tab 4 at 1). The report was to be submitted "along with the first foundation
    design submittal" and was to:
    [S]ummarize the subsurface conditions; provide
    recommendations for the design of appropriate foundations,
    floor slabs, retaining walls, embankments, pavements and any
    other geotechnical related features. The report shall discuss
    site stratigraphy, regional geology, bedrock stratigraphy, and
    all other features of the subsurface. The report shall analyze
    and provide necessary requirements for all items including
    but not limited to foundation type and capacities, foundation
    elevations, settlement analyses, lateral load parameters, slope
    14
    stability, soil and rock excavation, excavation support, and
    parameters for seismic design.
    (R4, tab 4 at 2)
    43. On June 15, 2009, Dr. Giovanni Bonita, Ph.D., P.E., P.G. of GEi Consultants,
    Inc., emailed Grimberg in response to a request for proposal from Grimberg to have
    GEi Consultants pe1form the post-award geotechnical survey (R4, tab 83 at 49-50).
    Dr. Bonita stated that based on his past experience at the Project site, "the terrain consisted
    of voided limestone and soft clays" (id at 50). He also warned Grimberg that its proposed
    boring program for the entire site may not identify voided limestone, and noted that such ·
    a failure could negatively impact Grimberg's project performance (id; GPF 68).
    44. On June 16, 2009, Dr. Bonita provided Grimberg his assessment of the information
    contained in the RFP's Geotechnical Report (R4, tab 83 at 49). Dr. Bonita stated that the
    Geotechnical Report showed "soft soils underlain by a limestone with voids" (id; GPF 69).
    GEi Consultants did not get the post-award survey contract.
    45. Grimberg hired ECS LLC Mid-Atlantic (ECS) to perform the post-award
    geotechnical work. On September 22, 2009, ECS submitted a report to Grimberg
    ("September ECS Report") (R4, tab 160). The September ECS Report recommended
    that Grimberg use at minimum a 10-foot rock socket for its caissons (R4, tab 160 at 10;
    tr. 1/85). It also stated that "due to the irregularity of the limestone rock and poor quality of
    portions of the bedrock, caissons may extend below the estimated elevations given above"
    (GPF 70).
    46. The charts in the September ECS Report show rock excavation quantities of
    up to 28 feet and a significant variation in depth to rock throughout the Project site (R4,
    tab 160 at 10, 17; tr. 5/150-55).
    vii. The Osterberg Test Report, Socket Length and the November ECS Report
    4 7. After award, the government provided Grimberg a copy of an Osterberg Test
    Report performed for the USAMRIID project (R4, tab 161). The Osterberg Test Report
    identifies pier strength values with a high degree of precision (tr. 4/ 16-17). This allows for
    a more efficient design that eliminates unnecessary drilling (tr. 5/70-71 ). Seaboard assisted
    the contractor who performed the Osterberg test by drilling holes (tr. 4/168; GPF 72).
    48. During November 2009, Grimberg was seeking information internally
    regarding the rationale for its bid for the caissons work. On November 23, 2009,
    Mr. Joe Duda of Grimberg emailed other Grimberg personnel stating that Grimberg's bid
    for the Project's structural and foundation design was based on the Alphatec Report.
    15
    (R4, tab 158 at 1) The email's attachment has an excerpt of the report, with p01tions
    highlighted. The highlighted portion reads, in part:
    All caissons are to have a minimum of 5' rock socket.
    Caisson lengths are estimated to be 10'-35' based on
    information in the geotechnical report provided in the RFP.
    Please note that a significant amount of voids were
    encountered in the borings taken at the site. The presence of
    these voids can significantly affect depth of caisson, amount
    of rock excavation and quantity of concrete and rebar
    required.
    (Id at 2; GPF 74)
    49. On November 6, 2009, ECS submitted a revised report to Grimberg (R4,
    tab 162). It contained information similar to the September ECS Report, including a
    recommendation for a 10-foot rock socket (id at 10; GPF 75).
    viii. Final December 2009 ECS Report and Foundation Design Drawings
    50. The post-award Geotechnical eport that Grimberg was required to produce
    pursuant to the contract was finalized on December 18, 2009 (Final ECS Report) (R4,
    tab 9; GPF 76).
    51. The Final ECS Report informed Grimberg that it may encounter more
    incompetent rock than priced into its proposal (tr. 1/113; GPF 77).
    52. In preparing the Final ECS Report, ECS based its conclusions on:
    [O]ur field subsurface explorations, previous soil borings
    drilled at the adjacent NBACC site by ECS [i.e. the ECS
    Borings], laboratory testing, our understanding of the Project,
    and review of available geologic data. The subsurface
    exploration program included a total of 14 soil borings
    extended to depths of 10 feet to 24 feet below the existing
    ground surface. We also preformed 38 rock probes to verify
    depths to rock and the presence of voids. Laboratory tests
    were then performed on selected soil and rock samples to
    identify the soils and to assist in determination of the
    engineering properties of the on-site soils and bedrock. We
    have also visited the site recently to conduct a site
    reconnaissance of current conditions.
    16
    (R4, tab 9 at 5) The Final ECS Report did not reference NIBC Borings DH-11 and
    DH-12 (GPF 79).
    53. The Final ECS Report noted that:
    The site is mapped as containing rock of the Frederick
    Limestone formation, which is thought to correlate with the
    Conestoga Limestone of central Pennsylvania. The Frederick
    Limestone is of Late Cambrian age and is generally
    composed of dark blue/gray, thin-bedded argillaceous
    limestone with some minor amounts of shale. The limestone
    generally weathers to a reddish brown silty residual clay,
    which can vary considerably in thickness over short
    horizontal distances.
    (R4, tab 9 at 8; GPF 81)
    54. The Final ECS Report recommended that drilled piers be used for foundation
    support for the Project's main building (R4, tab 9 at 10). Grimberg believed that drilled
    piers posed the least risk to the Project schedule (tr. 8/115). The Final ECS Report
    recommended a five-foot rock socket, based on the results of the Osterberg test provided
    by the government (R4, tab 9 at 10; GPF 82).
    55. The Final ECS Report provided that "[d]ue to the irregularity of the limestone
    rock and poor quality of portions of the bedrock, drilled piers may need to extend below the
    estimated top of rock elevations [described in the Report] to reach suitable rock" (R4, tab 9
    at 11; GPF 83). While constructing the drilled piers, the Final ECS Report noted that:
    Since the drilled piers are expected to advance through
    weathered zones of rock and into substantial bedrock, it will
    be necessary to provide adequate construction equipment so
    that adequate penetration can be achieved by drilling
    techniques.... Some difficulties with drilled pier installation
    should be expected due to the pinnacled bedrock, float rock,
    and boulders associated with karst geology.
    (R4, tab 9 at 12-14; GPF 84)
    56. The Final ECS Report further discussed the need to excavate rock from the
    Project site:
    Material requiring rock excavation methods was encountered in
    our recent borings and in [the previously-performed ECS
    17
    Borings]. Considering the proposed grades for the new
    construction, it is expected that rock excavation will not be
    necessary for the building, however, rock excavation methods
    could be required during installation of underground utility lines
    at the site. Significant rock excavation and coring will be
    necessary for the installation of the drilled piers.
    (R4, tab 9 at 18; GPF 85)
    57. This Final ECS Report also stated that "due to the irregularity of the limestone
    rock and poor quality of portions of the bedrock, drilled piers may need to extend below
    the estimated top of rock elevations given above'' (GPF 87).
    58. Each of the ECS Reports included estimated design depths for the Project's
    piers. ECS obtained this information by using probe holes at the piers' locations (tr. 4/138).
    Probe holes are a quicker but less accurate measure of rock strength than core borings and
    may lead to longer pier lengths than are necessary (tr. 4/226, 5/48, 8/173-75; GPF 88).
    59. Mr. Glock reviewed the ECS Reports in the course of contract administration
    and found they correlated with his pre-award assumptions (tr. 4/43-45). These reports
    showed much more than five feet of rock excavation in certain locations (tr. 8/151 ).
    Based on his reviews, Mr. Glock recommended that Grimberg consider using micropiles
    in lieu of drilled piers (tr. 8/152; GPF 89).
    60. On January 5, 2010, Grimberg's designer issued the foundation design drawings
    (R4, tab 179 at III-4 ). Drawing S-101 identifies the design depths for the caissons
    (tr. 7/20-21, 43-44, 8/46-47). Drawing S-101 does not separately identify the amount of
    soil and rock to be excavated (tr. 7/20-21, 43-44, 8/46-47; R4, tab 179 at III-32).
    ix. Caisson Drilling Operations
    61. JCG's original plan was for its subcontractor, Seaboard, to drill caissons using
    a single drill rig (APF 219). On March 8, 2010, Seaboard mobilized the caisson drill rig
    to the site and on March 9, 2010, began drilling the first caisson (GPF 93). Grimberg
    eventually drilled 48 caissons (GPF 95).
    62. Grimberg planned to drill 1.5 caissons per day (tr. 2/74). For the drilling,
    Grimberg would use one type of bit for drilling through soil. \Vhen it reached rock,
    it would switch out the drill's bit to one suitable for rock drilling. (Tr. 1/165, 8/220;
    GPF 94)
    63. On March 10, 2010, appellant orally notified the government that it was
    encountering what it considered were excessive quantities of incompetent rock constituting
    18
    differing site conditions (DSC) and the parties began tracking rock drilling quantities on
    each caisson (tr. 2/73, 107-11, 150).
    64. As of March 24, 2010, Seaboard had mobilized and was using a second
    drilling rig (app. supp. R4, tab 88 at 155-65). As of April 9, 20 I 0, the subcontractor had
    mobilized a third drilling rig (APF 225).
    65. On March 31, 2010, JCG's site superintendent f01warded an email to
    appellant's project manager (PM). The email was from JCG's subcontractor, Frede1ick
    Concrete (FC), requesting additional compensation for extending the caisson rebar
    because of the unanticipated rock quantities encountered (APF 227).
    66. On the same date, appellant's PM fo1warded FC's cost proposal to the Corps
    and notified the USACE regarding the alleged DSC stating (APF 228):
    I will send a formal letter but this is just a heads up. We are
    experiencing unforeseen conditions with the Drilled Piers.
    Through the inspection process voids and incompetent rock is
    being experienced. This is causing the Drilled Pier to be
    extended. Additional rebar for the extended pier and possible
    additional concrete to fill the voids.
    67. According to JCG's PM, the purpose of his March 31, 2010 email was to
    memorialize previous discussions with the Corps regarding "differing site conditions on
    this drilled piers and [this was] kind of a formal notice to the Corps that we're
    experiencing some unforeseen conditions with the drilled piers'' (APF 229; tr. 2/107).
    68. The PM's March 31, 2010 email was forwarded within the Corps and brought
    to the attention of a Ms. Maryam Khan with the notation, "FYI, mod coming differing
    site conditions'' (APF 231).
    69. The minutes of an April 2, 2010 Progress Meeting with the Corps, note the
    drilling issues JCG was encountering and that JCG was "[ e]xp~riencing voids in
    unsuitable rock causing depth of drilled pier to be extended'' (APF 232).
    70. JCG's original plan for caisson drilling was to proceed with one rig
    consecutively through three specified areas of the foundation. JCG's "follow the leader''
    drilling plan would allow expedited construction as the grade beam and slab construction
    could commence in one area as caisson drilling continued in the other areas in a
    consecutive "follow the leader" fashion. Grimberg's original foundation plan was faster
    than waiting for all caisson drilling to be completed before commencing concreting of
    grade beams and slabs in all three areas. (Tr. 3/157; APF 247)
    19
    71. The April 15, 2010 Project Schedule Update indicated that grade beams and
    rough-in of underslab mechanical, electrical and plumbing (MEP) were among the items
    of work scheduled to be performed along with caisson drilling from April 15, 2010 to
    May 15, 2010 (exs. A-229-30).
    72. Due to the crowding caused by the three rigs Seaboard had mobilized to the site,
    JCG was not able to perform grade beam work and MEP rough-in work concurrent with
    caisson operations, except for a few days at the end of May 2010, and only after two drill
    rigs had been removed from the site (app. supp. R4, tab 87 at 204; tr. 2/78-79; APFs 250-51).
    73. The critical path method (CPM) updates show that grade beams were
    originally planned to precede the underground utility MEP rough-in. This sequence was
    reversed to expedite the work (i.e., utility work preceded grade beam work) (APF 250;
    tr. 2/23 ). Underground MEP rough-in began once two of the three drill rigs were
    removed from the site (app. supp. R4, tab 87 at 204).
    74. JCG was not able to operate three caisson drill rigs and concurrently prosecute
    grade beam work, particularly given the unpredictability of how long it would take to
    drill each caisson. The specifications prohibited caisson drilling within 20 feet of
    concrete placed in the past three days further complicating the sequencing of drilling with
    three rigs operating. (Tr. 8/65, 99-103)
    75. Although ECS performed the post-award geotechnical investigation, Grimberg
    did not employ ECS for construction oversight and approving final pier lengths. Grimberg
    instead used Hillis Carnes, a firm that was uninvolved in the design (R4, tab 155).
    76. On April 13, 2010, the Corps' ACO responded in writing to JCG's March 31,
    2010 letter:
    I looked over the caisson extension proposal, and I noticed
    the costs are for 12 caissons. Since you all have a total of
    48 caissons, do you foresee encountering the same
    incompetent rock issue with some of the other caisson work
    to come? If so, I would suggest keeping track of all of the
    costs and doing one mod for all this work at the end instead of
    piece-mealing (in this case, I would issue a formal RFP to
    you and you can respond to that letter with total final costs).
    However, if you do not foresee any additional costs as part of
    this specific work, let me know and I will go ahead and
    review the current proposal and process mod.
    (R4, tab 154 at 42-43)
    20
    77. Appellant's site superintendent responded: "I agree, we will keep track
    and submit as one proposal. I just wanted to give [the Corps] a heads [up] that we were
    experiencing some additional costs due to extending these caissons." (R4, tab 154
    at 42-43)
    78. The government then indicated its intent to issue a formal RFP for the
    incompetent rock issue (R4, tab 154 at 42-43 ).
    79. Grimberg completed drilling piers on May 27, 2010 (app. supp. R4, tab 88 at 265).
    Grimberg tracked the amount of rock excavated totaling 923 feet (almost four times the
    amount of rock that it allegedly expected to excavate in its Proposal) (tr. 2/110-11; GPF 100).
    x. Development of the Dispute
    80. By letter of August 16, 2010, to the government, JCG submitted a proposal to
    increase the contract amount by $374,341.00 for direct costs relating to "Cassion [sic]
    Additional Drilling" and characterized work associated with the construction of the
    caissons as a change to the contract (R4, tab 11). Most of the costs described related
    to additional drilled pier construction and earth and rock excavation work performed
    by Seaboard Foundations (R4, tab 11; GPF 102).
    81. On August 25, 2010, the government responded. The government cited portions
    of the Geotechnical Report and concluded that "[b]ased on the information provided in the
    solicitation and the actual field data you submitted, the drilling depth encountered is within
    expected range of caisson and rock excavation depth." The response invited Grimberg to
    resubmit the request for compensation if additional information was available or to submit a
    request for a contracting officer's decision. (R4, tab 13; GPF 103)
    82. By letter dated May 18, 2012, Grimberg submitted a Request for Equitable
    Adjustment (REA). The letter acknowledged the government's August 25, 2010 denial of
    Grimberg' s original request for additional compensation, provided additional explanation and
    support, and revised the amount requested downward to $345,363. (R4, tab 14; GPF 106)
    83. The REA alleges that Grimberg encountered a "Type I" DSC 3 Specifically, the
    letter notes that Grimberg relied on only two of the NIBC Borings, DH-11 and DH-12, for
    bidding purposes, due to the proximity of these borings to the Project site (R4, tab 14 at 2).
    Grimberg, however, found that conditions at the Project site differed considerably from
    what was depicted by these two borings, that it did not encounter rock at an average of 18.2
    feet below the surface, and that when it did encounter rock, it varied in quality, leading to
    more rock excavation than it had estimated (R4, tab 14 at 2-3; GPF 107).
    3
    A type I DSC occurs when the conditions at a site differ materially from those represented by
    the government, pre-bid.
    21
    84. On June 8, 2012, the government denied the REA on the grounds that:
    1) it was unreasonable to rely on only two of the 46 borings in the RFP; 2) actual
    conditions encountered were accurately represented by the RFP; and 3) Grimberg was
    responsible for designing acceptable foundations, pavements and other geotechnical
    aspects of the Project (R4, tab 15; GPF 108).
    85. Grimberg submitted a certified DSC claim, dated December 7, 2012, in which it
    alleges that it is entitled to $345,363.00 in additional compensation based upon a ·'Type I"
    DSC theory. The claim is essentially a reiteration of Grimberg's position in its REA, with
    further explanation, including discussion of the expert opinions and discussion of what
    Grimberg perceives to be the legal principles relevant to the resolution of the dispute. The
    claim states that "Grimberg' s claim rests upon the presence of unanticipated incompetent
    rock. .. causing Grimberg to drill through rock for a greater distance, and at increased costs, ·
    before encountering the required depth of competent rock." According to the claim,
    "[Seaboard] encountered rock at 12.5 feet, drilled another 13.6 feet to competent rock at
    depth 26.1 and then drilled 5 to 6 feet to achieve the [caisson] socket: 13.6 feet plus 6 feet
    equals 19.6 feet of rock." (R4, tab 19 at 5; GPF 119)
    86. The claim was denied by the contracting officer in a final decision dated
    April 30, 2013 (R4, tab 1). JCG timely appealed to the Board on July 23, 2013, and the
    appeal was docketed as ASBCA No. 58791.
    xi. Dr. Heuer 's Expert Opinion
    87. In the summer of 2012, JCG engaged Dr. Ronald Heuer to analyze whether JCG
    had encountered a DSC during drilling for the Biolab foundation caissons (tr. 3/59; APF 372).
    Dr. Heuer has a bachelor's degree in civil engineering, a master's degree in geology, and a
    Ph.D. in civil engineering specializing in geotechnology (tr. 3/52; APF 373). Dr. Heuer has
    been engaged in geotechnical consulting for over 40 years (tr. 3/52; app. supp. R4, tab 276 at
    l; APF 374). Dr. Heuer has worked on over 1,100 projects: 1) for engineers and owners as a
    consultant during project planning and design; 2) for contractors conducting pre-bid studies of
    subsurface conditions to be reasonably anticipated based on geotechnical data; and 3)
    addressing problems that arise during construction (tr. 3/54-55; APF 375). Dr. Heuer has
    substantial experience and expertise with respect to limestone, karst topography, and the
    weathering process that leads to karst (tr. 3/56-58; APF 376).
    88. Dr. Heuer testified that karst geologic formations result from a weathering
    process where original limestone formations (calcium carbonate) are degraded over
    thousands of years by a karst process or "solution" (tr. 3/57; APF 377).
    89. The karst solution occurs when organic materials in soil mix with ground
    water, air and carbon dioxide. As described by Dr. Heuer, these elements combine to
    22
    I
    form a weak carbonic acid that seeps along cracks and fissures ultimately degrading the
    limestone after thousands of years:
    And in the weathering process, the surface soil materials, the
    organic materials, create this, mixing with the air, carbon
    dioxide, and that gets mixed with the ground water, percolates
    down, and the combination of carbon dioxide and water, it
    can form a weak carbonic acid, and that weak acid then, in
    the ground, it tends to seep along cracks and fissures in the
    limestone, and over a period of many, many years, thousands
    of years, can dissolve some of the limestone material.. ..
    (Tr. 3/57; APF 378)
    90. According to Dr. Heuer, the karst variation features are highly localized in
    concentrated zones, but are not uniformly distributed across a site (tr. 3/77).
    91. Dr. Heuer emphasized that when interpreting expected ground conditions, it is
    a principle of geotechnical engineering that greatest reliance is placed upon relevant
    borings located closest to the site of interest, less reliance on borings further away
    (tr. 3/61-62; app. supp. R4, tab 49 at 2).
    92. He noted that only two borings, DH-11 and DH-12, were within the
    approximate footprint of the Biolab (R4, tab 24 at 15; APF 388). Specifically, borings
    DH-11 and DH-12 are located immediately adjacent to the southwest and northeast sides
    of the proposed new Biolab building, respectively (APF 389).
    93. The text of the RFP Geotechnical Report concedes the importance of
    proximity in his view. In its selection of borings for the Bio lab Project, the Corps
    selected borings on different sides of the planned Biolab having the closest proximity to
    the site:
    Note: The borings included herein represent only a portion of
    the drilling performed at the project sites indicated. As
    several hundred borings exist (primarily for USAMRIID
    project) the intent was to select borings on different sides of
    the planned NMBDRL and generally having the closest
    proximity to the site.
    (R4, tab 24 at 6; APF 391)
    94. Borings other than DH-11 and DH-12 are located further away, with some as
    far away as 800 to 1,000 feet (R4, tab 24; APF 391).
    23
    95. A box on the Boring Location Plan labeled "USAMRIID Project Borings''
    references a cluster of borings and a general location about 300 to 500 feet from the new
    Biolab building (APF 392).
    96. Borings DH-11 and DH-12 straddle the building foundations in a bookend
    fashion on the northwest and southeast sides of the Biolab Project site. These borings
    show "top of rock'' sound limestone commencing at respective depths of 21. 00 and
    15.40 feet. (Tr. 3/64; app. supp. R4, tab 49 at 4; APF 398) Based on the general
    principle of greatest reliance on closest borings, Dr. Heuer opined that a bidder
    interpreting the Biolab Project subsurface conditions would be expected to rely primarily
    on borings DH-11 and DH-12 as the closest proximate borings (tr. 3/62).
    97. The RFP Geotechnical Report contained photographs of core box samples from
    borings DH-11 and DH-12, as well as other borings (R4, tab 24 at 99-103; tr. 3/65). The
    photographs were accompanied by core recovery and rock quality designations (RQD) for the
    limestone materials at DH-11 and DH-12 (tr. 3/65). Dr. Heuer described the core recovery at
    DH-11 and DH-12 as a main source of information about the limestone quality where
    geologists had studied the bores and described their findings (tr. 3/65). Dr. Heuer interpreted
    the recovery and RQD accompanying the DH-11 and DH-12 core box photographs to
    represent "good sound limestone" (tr. 3/63, 68; APF 400). Mr. Glock agreed that the DH-11
    and DH-12 borings (and photos) identify competent limestone, suitable for a rock socket
    (tr. 4/179; APF 401). The Corps' contracting officer's final decision (COFD) on JCG's DSC
    Claim concurs that the limestone shown in DH-11 and DH-12 was good quality. Paragraph 8
    of the COFD "Findings of Fact" reports that the photographs of rock samples at DH-11 and
    DH-12 suggest "relatively good quality rock with only limited fracturing." (R4, tab I at 4;
    tr. 3/72-73; APF 402)
    98. Based on his examination of DH-11 and DH-12 (along with associated
    photographs of the cored materials), and other borings in the vicinity of the Biolab
    building, Dr. Heuer opined that it was reasonable, "a conservative estimate,'' for a
    contractor to anticipate drilling through 25 feet of soil and 5 feet into the rock for the rock
    socket. He noted that the other borings in the vicinity found top of ro·ck at even higher,
    16-18 foot depths. (Tr. 3/99-100)
    99. Compressive strength tests on the 01iginal Fort Detrick Limestone Formation
    demonstrate Project-wide limestone strengths in the average range of 9,000 psi, twice the
    strength of structural concrete (tr. 3/65, 92-95; R4, tab 24 at 165). Across the entire site,
    and so long as the limestone had not been subject to karst solution effect, the original
    limestone formation was very strong (tr. 3/93-95; APF 403).
    100. Dr. Heuer also selected and analyzed the seven borings (including DH-11
    and DH-12), of the total of 46 borings in the Geotechnical Report, most proximate to the
    Biolab building site, in his evaluation of whether JCG's interpretation of borings DH-11
    24
    and DH-12 was reasonable (app. supp. R4, tab 49 at 3-4). He determined that competent
    bedrock was reached on average at approximately 17 feet, whereas analysis of DH-11
    and DH-12 alone, indicated it would be reached at an average of 18.2 feet (APFs 406-07).
    101. According to Dr. Heuer, the variability of karst limestone formations and the
    dependence of the karst solution effect on local (not random) features make the proximity of
    borings to a building site vital (tr. 3/70-71; APF 413). Dr. Heuer considered that borings at
    the USAMRIID site approximately 300 to 500 feet away from the Biolab building
    foundation would not necessarily be representative of conditions there because of the highly
    localized and non-uniformly distributed nature of karst weathering (tr. 3/70- 7 L 78-79;
    APFs 414-15).
    102. Dr. Heuer testified that the karst effect of the carbonic acid solution on
    limestone is concentrated in vertical joints in the rock (tr. 7/141-42; APF 417).
    103. To address Mr. Glock' s and the Corps contention that borings from the
    USAMRIID were representative of actual Biolab conditions, Dr. Heuer prepared an
    independent analysis designed to estimate the amount of incompetent rock indicated at
    each USAMRIID boring (app. supp. R4, tab 287; APF 424).
    104. Dr. Heuer's analysis compared the Corps' analysis and data regarding
    the contract indications set forth in the USAMRIID boring logs to the actual
    subsurface conditions encountered by JCG while drilling the Biolab foundation caissons
    (tr. 7/151-57; app. supp. R4, tab 287; APFs 427-29).
    105. Dr. Heuer' s analysis concluded that there was a great deal of variability in the
    USAMRIID subsurface conditions regarding the top of competent rock (tr. 7/154-55;
    APF 430). The analysis also demonstrated that the bad quality rock was not randomly
    distributed within USAMRIID but rather occurred in concentrated clusters (tr. 7/157;
    APF 431).
    106. This Heuer analysis further concluded that the variance between the top of
    rock and top of rock socket at USAMRIID was far less than actually experienced by JCG
    while drilling the foundation caissons (tr. 7/157; APF 432). Dr. Heuer concluded that the
    government's analysis of the USAMRIID borings showed an average of 6. 7 feet of
    drilling before reaching the top of rock socket, whereas his understanding was that JCG
    actually drilled an average of 13.6 feet of incompetent rock before reaching top of
    competent rock for the Biolab foundation (tr. 7/157, 8/33). Thus, he considered that the
    actual Biolab site conditions were considerably worse than reasonably determinable from
    the USAMRIID borings (tr. 7/161; APFs 433-36).
    107. Dr. Heuer's expert report concluded that the extra rock encountered during
    the caisson drilling operation was different than reasonably should have been expected
    25
    based on the RFP Geotechnical Report data, and consequently Grimberg had encountered
    a DSC (app. supp. R4, tab 49 at 3; APF 410).
    108. Dr. Heuer was not aware of what analysis of the borings Grimberg
    performed prior to submitting its bid (tr. 7/ 171 ). However, the Heuer opinion states that:
    I understand the [government's] position that limestone
    bedrock can often contain erratic and variable
    solutioning/weathering deterioration, which may vary from
    place to place across a site. The [Geotechnical Report]
    contains logs of 46 borings from the Fort Detrick site.
    A large percentage of these borings found substantial
    thicknesses of poor quality rock, often 10 to sometimes 20 ft
    thick, before competent rock was encountered.
    (R4, tab 18 at l; GPF 112)
    109. Dr. Heuer acknowledged that the limestone under Fort Detrick is one
    formation, but the beds vary (tr. 7/168). Dr. Heuer agreed that the variability in the
    USAMRIID borings shows O to 20 feet of bad rock in an area that the Project building
    would fit within (tr. 7/ 170-71 ). He agreed that the description of conditions found in the
    Alphatec Report is consistent with the USAMRIID borings (tr. 7/173). He also agreed that
    the Alphatec Report shows the potential for problems at the Project site (tr. 7/174-75).
    xii. Mr. DiMaggio's Expert Report and Testimony
    110. The government retained Mr. Jerry DiMaggio to provide expert analysis
    and testimony regarding the geotechnical issues in this case (R4, tab 165). Mr. DiMaggio
    has lived in the area for 40 years (tr. 5/6). He has more than four decades of geotechnical
    engineering experience, primarily with the Federal Highway Administration, and
    emphasizing deep foundation work (tr. 5/6-20). Mr. DiMaggio visited Fort Detrick and
    interviewed Project staff in connection with formulating his opinions about this case
    (tr. 5/21; GPFs 120-21).
    111. Mr. DiMaggio testified that JCG should have significantly adjusted its bid and
    included an '"allowance" (as opposed to a "'contingency") in the form of time and money
    for the possibility of encountering incompetent rock (tr. 5/39-41, 91-92; APF 454).
    112. Mr. DiMaggio's report also stated that a reasonable contractor would have
    consulted with a local geotechnical engineering specialist at the proposal development
    phase and would have based their bid in anticipation of variations in required drilled shaft
    lengths based ori specifically encountered rock conditions during construction (R4,
    tab 165 at 14; APF 456).
    26
    113. Mr. DiMaggio explained in his report that since JCG was a design-build
    contractor, it assumed more risk of subsurface conditions than a traditional
    design-bid-builder: This Project delivery approach differs from the design-bid-build
    method. This vety important difference and the associated transfer of risks should be
    well understood among experienced designers and contractors and Grimberg should have
    been aware that the site subsurface conditions and complex foundation conditions was the
    design-build team's responsibility. (R4, tab 165/15; APF 457)
    DECISION-ASBCA No. 58791
    Appellant contends that it encountered a Type I DSC during the drilling of the
    caissons for the Biolab foundation. The DSC clause, FAR 52.236-2, entitles a contractor
    to an equitable adjustment for a Type I DSC when ·'subsurface or latent physical conditions
    at the site differ materially from those indicated in the contract." Case law interpreting the
    DSC clause provides that a contractor must prove, by a preponderance of the evidence:
    ( 1) the conditions indicated in the contract differed materially from those actually
    encountered during performance; (2) the conditions actually encountered were reasonably
    unforeseeable based on all information available to the contractor at the time of bidding; (3)
    the contractor reasonably relied upon its interpretation of the contract and contract-related
    documents; and (4) the contractor was damaged as a result of the material variation between
    expected and encountered conditions. E.g., Comtrol, Inc. v. United States, 
    294 F.3d 1357
    ,
    1362 (Fed. Cir. 2002).
    The government argues that the DSC clause is applied more restrictively in the
    design-build versus the design-bid-build context, citing CCI, Inc., ASBCA No. 57316,
    14-1 BCA ,r 35,546, in support of this argument. But such differentiation has consistently
    been rejected by us and the Federal Circuit. In Metcalf Construction v. United States,
    
    742 F.3d 984
    , 995-96 (Fed. Cir. 2014), the Federal Circuit ruled that the design-build
    nature of the contract did not transfer the risk of inaccurate subsurface data to the
    contractor. Cf Haskell Corp., ASBCA No. 54171 et al., 06-2 BCA ,r 33,422 at 165,700.
    The identical DSC clause is required to be included in fixed-price construction projects,
    whether the design-bid-build or design-build method of contracting is utilized.
    FAR 36.502. There is no justification for interpreting the clause differently in
    the design-build context. As appellant concedes, design risk is transferred to contractors
    in the design-bid context, but not the risk of DSCs. A design-builder does not forfeit its
    rights under the DSC clause to rely on solicitation representations of subsurface site
    conditions.
    CCI is inapposite for several reasons. In CCI the Board examined a design-build
    project for design and construction of a pier and seawall in Iraq. The bidders had
    4 months to submit "best and final" offers-as compared to the Biolab's 36 days.
    Critically, in CCI, two reports were included in the RFP and relied upon by the
    contractor. But the reports were not drafted by the U.S. Government for the purpose of
    27
    providing "sufficient information to identify the general subsurface conditions of the
    site," as is the case with the Biolab RFP Geotechnical Report authored by the Corps.
    Instead, the two reports in CCI were composed at much earlier dates than the RFP, and
    for different purposes, by the Iraqi government and a civilian foreign aid agency. Thus,
    the reports were authored by individuals not involved in the CCI project or even the
    Corps, and so the RFP in that case spectfically stated that USA CE could not guarantee
    the relevance, timeliness, or accuracy of the reports. In addition to this unequivocal
    express disclaimer, the CCI Board further found that the contractor's reliance was
    unreasonable because specific CCI contract language provided that ·'site specific
    geotechnical information necessary to design and construct the project was the
    contractor's responsibility." 14-1 BCA fl 35,546 at 174,198. In contrast, the contract at
    issue here contains no unambiguous disclaimers, instead specifically providing-in several
    locations throughout the RFP-that JCG was entitled to rely upon the government's
    Geotechnical Report in formulating its offer. Moreover, the contractor's duty to furnish a
    geotechnical report on the Biolab Project was not triggered until aper the contract was
    awarded.
    For the reasons detailed below, we decide that appellant encountered a Type I
    DSC. The quantities of rock encountered greatly exceeded the quantity reasonably
    foreseeable based on a fair reading of contractual indications, albeit the Project was
    constructed in highly-variable karst topography at the site. However, neither appellant's
    pre-bid reliance solely on two borings most relevant and proximate to the Biolab
    foundation, nor the government's position (as refined at trial) that appellant should have
    performed, as a minimum, a detailed analysis of the USAMRIID borings hundreds of
    yards distant from the Biolab site, are reasonable. Appellant assumed perfection-no
    rock above competent rock for installation of the five-foot rock socket. And, the
    government contentions assume essentially a .worst-case scenario, i.e., JCG should have
    anticipated exactly what it encountered given the unpredictability of drilling in the karst.
    In these circumstances, and in particular what we consider to be the extreme variance in
    the amount of rock actually encountered versus what a reasonable interpretation of the
    contractual indications would have predicted, we conclude that appellant is entitled to
    recovery, with the adjustments set forth herein that consider all of the facts,
    circumstances and contractual indications of subsurface conditions in this case.
    JCG relied p1imarily on indications from borings DH-11 and DH-12, because those
    two borings were most proximate to the Biolab building footprint and showed the top of
    competent rock at an average depth of 18.2 feet, overlaid by soil. Borings DH-11 and
    DH-12 did not call out or indicate any rock between the ground surface (grade) and the top
    of competent rock. Based on the 2 boring representations, JCG's caisson drilling estimate,
    as well as its contract price, was based on drilling through soil until striking the top of
    competent rock at an average depth of 18.2 feet. JCG's plan then called for drilling 5 feet
    into the competent limestone rock to establish the 5-foot rock socket. With a plan for
    48 caissons, the total as proposed amount of rock drilling in the JCG estimate was 240 feet.
    28
    JCG's subcontract with Seaboard Foundations was also based on drilling 5 feet of rock (the
    socket) for each caisson and a total linear foot rock drilling subcontract for 240 feet.
    Nevertheless, the Seaboard subcontract provided for unit prices for quantities in excess of
    the 5-foot socket. We have found that JCG actually drilled a total rock quantity of 923 feet,
    an increase over estimate of 375%.
    Although reliance on those two borings was unreasonable as we have stated
    above, in our view it was more reasonable than the government's analysis and reliance on
    the USAMRIID borings 300-500 feet away. At the hearing, all witnesses testified to the
    importance of proximity when interpreting subsurface conditions. The borings selected
    for the Geotechnical Report failed to include sufficient borings at the critical site of the
    Bio lab's foundation. Borings DH-11 and DH-12 were the only borings bordering the
    footprint of the Biolab building and did not indicate any rock between grade and the top
    of competent rock. Moreover, the core box photos for the borings very persuasively
    supported appellant's conclusions about subsurface conditions generally and the quality
    of the rock encountered at those boring locations.
    However, a primary reason for our conclusion that JCG is entitled to relief despite
    its misreliance solely on DH-11 and DH-12, is the gross disparity between the quantities
    of incompetent rock actually encountered and the quantity that we consider was
    reasonably indicated in the contract's Geotechnical Report. Even if it had expanded its
    pre-proposal analyses to include the seven most proximate borings to the Biolab site, as
    in the Heuer study, or devoted the time and effort to analyze the 26 USAMRIID borings
    as did the Corps at trial, the disparity was material and not reasonably foreseeable.
    First, the USAMRIID borings were up to 500 feet distant from the Biolab
    foundation. Moreover, the government's analysis thereof was refuted by both Dr. Heuer
    and JCG's chief estimator, who performed separate independent analyses of those borings.
    Both witnesses convincingly demonstrated that the actual Biolab subsurface drilling
    conditions were far worse (and different) than one would predict based on the USAMRIID
    borings. Mr. Graham testified that an analysis of the USAMRIID borings alone revealed
    that JCG could have expected an average of 3.72 feet of incompetent rock; and when
    combined with the other 7 closest borings to the Biolab building could have expected an
    average of 3.29 feet of incompetent rock or an additional total 158 feet over appellant's
    240-foot (48 caissons) estimate. JCG actually drilled through an average of about 14 feet of
    incompetent rock before it reached sound limestone for the 5-foot rock socket, or
    approximately 3.75 times the amount of rock that could have been anticipated based on the
    USAMRIID borings. Since the actual rock encountered totaled 923 feet, Biolab subsurface
    conditions were not reasonably foreseeable, even considering the USAMRIID borings.
    Nevertheless, we consider some "allowance'' for incompetent rock is appropriate.
    We have carefully considered all of our findings and the extensive contractual indications
    in the solicitation' s Geotechnical Report of subsurface variability and potential problems
    29
    with incompetent rock in drilling through the karst (findings 3-4, 13, 16-18, 24-26). In
    developing the ·'allowance'' we have placed particular emphasis on: Dr. Heuer's extensive
    and persuasive expert opinion regarding the karst formation; the close proximity of only
    borings DH-11 and DH-12 to the Biolab site and the failure of the government to provide
    other boring data directly at the critical foundation site; the conclusions of Dr. Heuer's
    expanded study of the seven most proximate borings to the Biolab site; JCG's (and
    Seaboard's) foundation work on the SSP project where it did not encounter significant
    quantities of incompetent rock; and, the absence of any persuasive government analysis of
    why the rock actually encountered was reasonably foreseeable. Based on our consideration
    of all of the foregoing, in the nature of a ·'jury verdict'' we conclude that the contract
    reasonably indicated that 360 feet of rock drilling would be required, or an additional
    2.5 feet per caisson on average. This represents an allowance of 120 feet of drilling
    through incompetent rock plus appellant's. planned 5 feet of drilling through sound rock for
    installation of the rock socket for each of the 48 caissons. Appellant actually excavated
    923 feet of rock, 563 feet more than we consider was reasonably indicated.
    In reaching our conclusions, we have fully and carefully considered all of the
    parties' competing contentions relative to proof of the DSC although we do not address
    each of them individually.
    We stress that the 120-foot "allowance'' and increase in the rock drilling quantity
    over that estimated by JCG in its proposal is not a disfavored "contingency" which the
    DSC clause was intended to deter and discourage. See, e.g., Foster Constntction CA. &
    Williams Bros. Co. v. United States, 
    435 F.2d 873
    , 887 (Ct. CL 1970). The allowance
    simply reflects a fair and reasonable estimate of what we have concluded was realistically
    indicated regarding the extent of incompetent rock at the Biolab site in the geotechnical
    report. Appellant argues that any allowance, above rock drilling quantities sho\\'n in the
    small subset of two borings (DH-11 and DH-12), is such a "contingency.'' That contention
    is unsound. Appellant failed to fully and reasonably consider the most relevant contractual
    indications in their entirety. The fact that rock drilling quantities in the karst are difficult to
    estimate, does not make estimates above the perfection appellant assumed (no incompetent
    rock for all 48 caissons across the entire footprint of the Biolab building) a "contingency."
    In this regard, we agree with Mr. DiMaggio's general distinction between disfavored
    contingencies and realistic "allowances'' that reasonably consider contractual
    representations and indications in context and their entirety. Difficulty in quantifying the
    extent of that adjustment does not transform such reasonably required allowances into a
    "contingency." In this case, appellant's conclusion that it could estimate with accuracy the
    rock drilling quantity based on two borings was overly optimistic and simplistic. Its
    implicit assumption that DH-11 and DH-12 representations at those locations were
    scientifically precise while other less optimistic representations would result in inclusion of
    unquantifiable, imprecise "contingencies" is flawed. JCG's geotechnical subcontractor
    Alphatec also contemporaneously recommended inclusion of a "significant allowance" and
    stressed that JCG "bid accordingly." Even JCG discussed the need for an "allowance" in
    30
    the micropile section of its technical proposal, in essence adopting the Alphatec
    recommendation. We fail to see how Grimberg can find an "allowance'' warranted and
    reasonable for a micropile foundation, but a disfavored "contingency" for deep foundation
    piers and caisson drilling at the same site. Under the circumstances here appellant's sole
    reliance on the two borings, giving them ''preeminent importance,'' was unreasonable. Cf
    WD. l'vfcCullough Constr. Co., ENG BCA No. 4593, 87-1 BCA ,r 19,515 at 98,639 (in
    finding the contractor entitled to a Type I DSC, the Board observed, "The Government's
    suggestion that Appellant should have included a contingency in its bid, giving pre-eminent
    importance to [certain specifications] while ignoring the specification references and
    meaning of [others] defeats the intent of the 'Differing Site Conditions' clause'').
    Confronted with the plethora of cautionary contractual indications, "cherry picking" a
    subset of 2 of 46 borings, regardless of their proximity to the Bio lab foundation, was
    unjustifiable in the circumstances of this case. Even appellant's proposal emphasized the
    inherent uncertainties. (Findings 37-38) Nevertheless, the decisive fact in this case is that
    JCG encountered far more incompetent rock than was fairly reasonable indicated in the
    contract. Under these circumstapces, we consider that our discretionary "jury verdict''
    "allowance," based on our best judgment giving careful consideration to the entire record,
    provides the appropriate remedy on the facts of this case.
    On the other hand, we reject the Corps' assertions that appellant failed to give timely
    notice of the DSC. We agree with appellant that various general, theoretical advisements
    (including the December 2009 ECS report), regarding the future possibility that JCG might
    encounter materially more extensive incompetent rock than estimated, were too generic and
    speculative to trigger an obligation to provide the government notice prior to actually
    encountering the DSC after drilling commenced in March 2010. Moreover, the government
    was not prejudiced by any such delays. Appellant timely provided requisite notice soon after
    drilling commenced and both parties tracked actual rock quantities encountered. The
    government contemporaneously could also have tracked and, or challenged calculation of the
    quantities as the work progressed. The government's unpersuasive contentions now
    . questioning the accuracy of the quantities are untimely and also highly speculative.
    Moreover, any advantages of revamping the foundation design and substituting a "micropile''
    methodology were also speculative and fully considered and rejected by JCG and its
    designer during the design process. Micropiles would have introduced foundation re-design
    delay. In any event, any material net cost/time savings are pure conjecture and have not been
    persuasively addressed, analyzed and proved by the government.
    Government contentions that conditions were not materially different because
    JCG's proposal contained an additional five-foot design allowance for seating the
    rock socket are also without merit. The record establishes that the additional five-foot of
    socket was a design allowance to address the possibility of building design loads
    exceeding the capacities of a five-foot socket. We have found that the additional five feet
    was unrelated to subsurface conditions prior to reaching the top of sound rock
    (Finding 33)
    31
    In addition, government assertions, that Grimberg's damages were self-inflicted in
    part due to drilling deeper than necessary, are speculative and unsupported by the
    contemporaneous record of substantial persuasive testimony. We consider that appellant
    reasonably attempted to mitigate adverse impacts of the DSC through completion of the
    MEP work and grade beam installation. Again, this is a matter that should have been
    raised by the government and discussed contemporaneously during the actual drilling
    process.
    B. DELAY, ACCELERATION. AND IMPACT-ASBCA No. 59717
    ADDITIONAL FINDINGS OFF ACT
    i. Baseline Schedule and Schedule Updates
    114. The Biolab Project was subject to the requirements of the 2005 Base
    Realignment and Closure Act (BRAC) (APF 138). The BRAC statute established a
    mandatory date (September 15, 2011) for the Navy's facility to be closed and realigned.
    Compliance with this mandate was considered nonnegotiable by the administrative
    contracting officer (ACO). In the event that the Project was excusably delayed, the ACO
    advised appellant that the government wanted to be able to consider accelerating the
    Project to ensure its timely completion. (App. supp. R4, tab 109; tr. 6/21, 115)
    115. The contract contained specifications related to schedules (R4, tab· 23
    at 278). The specifications required Grimberg to submit a baseline schedule and periodic
    updates thereafter (id at 287-88). Grimberg was also required to submit narrative reports
    with its schedules (id. at 289; GPFs 128-29).
    116. Mr. Bobbin, appellant's PM, was responsible for the Project schedule
    (tr. 2/66; GPF 131). During performance, Grimberg updated schedules on a monthly
    basis. These updates identified progress as of the date of the schedule update and
    projected Grimberg' s future activities from the date of the update to substantial
    completion of the Project. (See, e.g., app. supp. R4, tab 251; GPF .134)
    117. In January 2010, Mr. Bobbin began working with a third-party scheduler,
    Aegis, in preparing schedule updates (tr. 8/86, 95-96). Mr. Bobbin then prepared
    monthly schedule narratives to accompany the monthly updates (tr. 1/96, 2/68-69, 8/86).
    When Aegis became the scheduler, it would summarize the schedules for Mr. Bobbin to
    assist in writing his schedule narratives (tr. 7/211 ). These updates were typically
    prepared to reflect the status of the Project at mid-month (tr. 2/69, 8/87-88).
    118. The baseline schedule required Grimberg to relocate a waterline running
    beneath the Biolab foundation by February 11, 2010 (app. supp. R4, tab 249 at 1). Once
    the waterline work was complete, Grimberg was to begin drilling caissons in "Area 1."
    32
    Fallowing completion of that activity, Grimberg was to begin installing grade beams in
    ·'Area I.'' (App. supp. R4, tab 249 at l; GPF 133) The Update Package was prepared
    "between the 15th and the end of the month." The package was compiled to be submitted
    to the Corps ·'usually around the 25th of each month.'' (Tr. 8/88)
    119. Beginning with Update Four, prepared in January 2010, Grimberg retained
    Aegis to prepare its schedule updates (tr. 2/165, 4/8, 7/206). Mr. Hatwell prepared
    schedule Updates Four, Five, and Six, which covered January, February, and March of
    2010, respectively. He also worked on Update Eleven, Grimberg' s alleged "acceleration
    schedule.'' (Tr. 4/8, 7/207; GPF 137)
    120. The parties' experts have extensively analyzed contractual activities (and
    their alleged delaying impacts, if any, on the schedule) prior to the co:mm:encement
    of Seaboard's mobilization and caisson drilling on March 8-9, 2010. However, the
    only delay-related claims involve the appropriate time extension for the DSC (ASBCA
    No. 58791) which commenced on March 9, 2010, with the drilling of the first caisson and
    which we have resolved above, and the appellant's acceleration claim for the period
    commencing in August 2010 after completion of drilling. Moreover, we have denied
    JCG's post-July 2010 Changes clause acceleration claim for numerous reasons, as detailed
    below. Accordingly, we need not address in detail the parties' contentions with respect to
    delaying events in the pre-caisson drilling period. We note however, that the parties
    entered into a bilateral agreement (Mod. A 1) extending the contract completion date by
    six days for adverse weather in the February-March 2010 period (referred to as
    "snowmaggedon") immediately preceding commencement of caisson drilling (finding 148
    below).
    ii. The ACO 's July 30 Letter and Immediate Aftermath
    121. At the June 11, 2010 Progress Meeting, schedule delays from the alleged
    caisson DSC and unusually severe weather were discussed including accelerating concrete
    activities with JCG's concrete subcontractor (FC) to mitigate those delays (app. supp. R4,
    tab 108; tr. 8/75-76). The narrative for the June 15, 2010 schedule update further indicated
    that JCG was "looking into ways to make up" time (APF 271). The update contained logic
    and duration changes made by JCG to accelerate the Project (tr. 7/41).
    122. The July 15, 2010 schedule update narrative states, inter alia, that JCG
    had been delayed 13 days by the weather and 26 days as a result of the alleged DSC
    (app. supp. R4, tab 232).
    123. On July 27, 2010, appellant emailed the Corps to confirm that it was continuing
    to work on schedule improvements to mitigate delays associated with the alleged DSC
    (APF 274).
    33
    124. JCG's Narrative for the July 15, 2010 Project Schedule reported that the
    Project was 39 work days behind schedule because of the original snow delay and
    unsuitable rock. JCG further noted in the Narrative that "we are looking into ways to
    make up some of this time." (APF 275)
    125. By letter dated July 30, 2010, Mr. Denis du Breuil, the Corps ACO for the
    Project, instructed JCG:
    This Project is authorized and funded as part of the Navy
    response to the requirements of the BRAC 2005 statute. One
    key provision of the statute is its mandate to close/realign
    installations by no later September 15, 2011. To meet the
    requirements of this date, your Project must be completed on
    schedule. Meeting this date is not an objective that we are
    striving to achieve; it is one that we must meet. Let me be
    clear, this is not business as usual.
    One tool the government is planning on using to overcome
    delays caused by government initiated changes to the contract
    is to provide compensation to your firm to accelerate to
    recover your scheduled completion where it makes sense. To
    aid the decision making process of this effort, from this date
    forward, all contractor proposals with schedule impacts shall
    be submitted with two separate proposals. The first shall be a
    proposal with costs and time without acceleration. The
    second shall be a proposal with costs without time but with
    acceleration. All costs shall be proposed in strict accordance
    with the contract requirements. Both submissions shall be
    submitted with sufficient detail to allow for simultaneous
    negotiation.
    All proposed impacts to the Contract Required Completion
    Date shall be supported by reference to the approved baseline
    schedule. Justification is required for any proposed time
    extension. This justification shall include, at a minimum, a
    schedule fragment network showing the impacts and a
    schedule fragment network showing the acceleration.
    This direction applies to all contractor proposals whether in
    response to a Government Initiated Request for Proposal or a
    contractor initiated Request for Equitable Adjustment.
    Further, this direction applies to all proposed impacts to the
    Contract Required Completion Date as defined in the Notice
    34
    to Proceed Date plus the Contract Duration (including settled
    changes).
    Lastly, this direction applies to Weather/Time Extensions. If
    a Monthly Weather Evaluation, after it has been reviewed and
    agreed to by the Government's Onsite Representative,
    indicated that additional time should be added to the Contract
    Required Completion Date the contractor should submit a
    proposal to accelerate this schedule to eliminate the weather
    impacts.
    (APF 276)
    126. Without complying with the instructions and without providing the
    information requested in the ACO's July 30 letter, JCG accelerated its work in August
    2010 until the Project was completed (tr. 1/100-08, 2/14-22, 114-17, 3/193-94; app. supp.
    R4, tab 46; R4, tab 179 at 111-37-38).
    127. On August 2, 2010, the Corps' project engineer emailed appellant as follows:
    Let this serve as a heads-up that we will be requesting a
    "'recovery schedule" in the near future. The topic of [The
    Project's] schedule has reached our own North Atlantic
    Division (NAO) with some notoriety. Aware that you've
    been in touch your concrete subcontractor regarding this
    matter, I'm asking you for a preliminary status for this
    recovery. As such, are there more subs that you have or will
    be contacting in an attempt to adjust their schedule? If so,
    which ones? I'm requesting this information in an effort to
    forestall having you provide a detailed, official
    "'recovery schedule" until a more opportune time.
    (R4, tab 154 at 335)
    128. In an August 2, 2010 letter from JCG to its subcontractor FC, JCG stated
    (R4, tab 150 at 14):
    SUBJECT: Proposal No. 13-Acceleration Directive
    Gentlemen:
    As discussed at our meetings on July 27 and July 29, 2010,
    this project is a BRAC project, which means that the project
    35
    completion cannot slip. The United States Anny Corps of
    Engineers recently requested a recovery schedule from
    Grimberg to indicate how Grimberg will meet the required
    completion date for the project.
    Currently, the project's critical path goes through concrete
    and is entirely based on work that is your firm's
    responsibility.
    129. An internal Corps "Information Paper'' (IP) was issued August 6, 2010, the
    purpose of which was to "address[] issues potentially impacting [the] Project. .. including
    recoverable delays" (app. supp. R4, tab 11 at 6). After noting that the Project was
    39 work days behind schedule, the IP stated:
    Issues:
    1. Contractor is behind schedule due to laboratory design
    challenges, deeper than expected drilled pier foundations, and
    extraordinary adverse weather events.
    a. Contractor adjusted work schedule to 10-hour days
    and weekends as necessary and is actively coordinating
    recovery schedule with subcontractor/suppliers~ anticipating
    on-time completion.
    b. CENAB issuing RFP to contractor for buyback of
    documented adverse weather days and additional time
    associated with increased drilled pier depth. Contingency
    funds will be requested when appropriate.
    (Id.)
    130. By an August 8, 2010 email, JCG continued to advise that it was entitled to a
    time extension of 39 work days for the excusable delay and absent a time extension, it
    would "need to accelerate various tasks" (APF 285).
    131. JCG's Narratives for the August 15, September 15 and October 15, 2010,
    Project Schedule Updates all state:
    Please note that the schedule provided with this update
    incorporates accelerated work activities and manpower. The
    schedule is provided as a recovery schedule. Grim berg is
    seeking compensation for the acceleration effort of this work.
    36
    Previously, the project showed -39 days, this was primarily
    due to the original snow delay and unsuitable rock being
    encountered at the rock sockets in which additional drilling of
    rock was required.
    (APF 287)
    132. The minutes of the August 27, 2010 Progress Meeting, under ·'Schedule
    Update as of August 15, 2010'' state, ··'A recovery schedule was submitted showing zero
    day float. Accelerated efforts by Frederick Concrete allow schedule to be brought back
    to zero." (APF 288)
    133. In addition to the concrete work, JCG also made other changes in the
    scheduled logic, sequencing and prosecution of the work along with increasing the
    resources, labor and equipment and subcontractor resources devoted to the Project to
    shorten the duration of scheduled activities and accelerate completion of the Project
    (APFs 289-90, 297-300; tr. 1/100-01, 106-08, 2/17-22).
    134. JCG's August 15, 2010 Accelerated Schedule Update showed substantial
    completion by the contractually-specified date of June 20, 2011 (app. supp. R4, tab 259;
    APF 291).
    135. By letter dated August 16, 2010, JCG submitted its Proposal No. 1 for costs
    associated with "Caisson Additional Drilling" (APF 292).
    136. Also by letter dated August 16, 2010, JCG submitted its Proposal No. 13 for
    "Acceleration for 10 Weeks, 23 Overtime Work Days Due To Drilled Pier Delays'' in the
    amount of $319,797 (APFs 293, 296). This proposal did not provide a justification for the
    extension or schedule fragment networks showing impacts of alleged delays and proposed
    acceleration efforts to overcome those delays, as requested in Mr. du Breuil' s July 30,
    2010 letter. It states that it is seeking an extension for "unknown" days. (R4, tab 12)
    137. On August 19, 2010, JCG advised the government of its acceleration efforts
    and that it was seeking payment therefor (APF 294). On the same date, the government
    notified JCG that it would review the above proposals (along with others) but also
    advised JCG that the Corps "has not directed [appellant] to accelerate" (app. supp. R4,
    tab 75 at 2; APFs 294-96).
    138. JCG's Narrative for the October 15, 2010 Project Schedule Update
    communicated (APF 303):
    JCG's ongoing acceleration efforts, as well as JCG's
    expectation to be compensated:
    37
    Please note that the schedule provided with this update
    incorporates accelerated work activities and manpower to
    show a zero float in a project on schedule. The schedule is
    provided as a recovery schedule. Grimberg is seeking
    compensation for the acceleration effort of this work.
    139. The government did not request appellant to stop the acceleration effort
    (APF 305).
    140. On February 17, 2011, the Corps' contracting officer, Robert Wood, advised
    JCG (APF 306):
    As you are aware, it is imperative that subject project be
    completed by the June 20, 2011 contract completion date.
    This is necessary in order to allow the Customer ample time
    to fit-out the facility, move personnel and be operational by
    the Congressional Base Realignment Closure mandate of
    September 15, 2011.
    As part of achieving this congressional mandate and in the
    spirit of cooperation and partnering, I would ask that all major
    material suppliers (e.g., exterior windows) and major vendors
    (e.g., elevators) be strongly encouraged to make a concerted
    effort to fabricate and deliver their respective material and
    equipment in a timely manner to meet the current scheduling
    needs. There has been exemplary teamwork on this project as
    we have progressed to our current 75o/o completion.
    However, with only sixteen (16) weeks remaining all
    stakeholders, including their important material suppliers and
    vendors, must continue to pull together to meet the contract
    completion date.
    Please reinforce with your material and equipment vendors
    their critical role on this project. The US Army Corps of
    Engineers is appreciative of their continued focus and
    partnering to make timely deliveries. These efforts will
    ultimately result in making this project a success.
    141. JCG's CPM updates from August 2010 through June 2011 projected
    completion no later than the required contractual date, as modified (APF 308).
    38
    142. Although the ACO knew that appellant was ''initiating actions to recover lost
    time," he interpreted appellant's "recove:ry schedule" as implying that JCG considered
    that project delays were not government-caused (APF 309; tr. 6/118-19).
    143. In a December 15, 2010 internal Corps' memorandum regarding
    "Notification of Option to Accelerate Construction Contract Due to Excusable Delay,"
    the government acknowledged that "severe snow and Fort Detrick installation shut down
    prevented critical path activities for six days in Februa:ry 20 IO." The memorandum
    further stated that "since this is a BRA.C project, there is the option to buy back the lost
    time, which would not extend the contract duration.'' Finally, the memorandum indicated
    that ''sufficient funds are not in place to have executed work associated with all of these
    changes identified to date." (APF 310)
    Ill.   Permanent Utilities
    144. The Corps was responsible for providing certain permanent utilities from the
    Fort Detrick Central Utility Plant (CUP), including permanent electric power, steam and
    chilled water. The power for the facility was provided by the CUP owned and operated by
    Chevron. The CUP was under contract to the government to also provide chilled water and
    steam to the Biolab and several other facilities at Fort Detrick. (APFs 314, 321)
    145. Permanent power, chilled water, steam and hot water are utilities that are all
    required to run the Biolab when completed and also required to start up the equipment,
    test it, and then to ultimately commission the Project (APFs 315-16; tr. 6/37).
    146. The August 15, 2010 (accelerated) CPM Schedule Update shows that the
    "Permanent Power Complete'' Milestone finish date was December 31, 2010, with
    17 calendar days of float (APF 319).
    147. In addition, the August 15, 2010 CPM Schedule Update shows equipment
    start-up and commissioning activities beginning in Janua:ry 2011 and continuing
    commissioning activities to project completion in June 2011 (APF 320).
    148. On April 15, 2011, the government transmitted Modification No. AOOOOl
    (Mod. Al) to JCG for signature, granting a time extension pursuant to the Default clause
    for all adverse weather delays from May 29, 2009 to October 31, 2010, including the
    "Snowmaggedon" delay of six calendar days. The revised contract completion date
    was June 26, 2011. Appellant executed Mod. Al, without reservation. (App. supp. R4,
    tab 194; APFs 311-12, 331; GPF 172)
    149. As of April 13, 2011, Chevron and the government had not provided power,
    steam or chilled water to the Biolab Project. Appellant had planned to "energize" the
    week of April 18, 2011. However, as noted in an email of April 26, 2011, it was delayed
    39
    by its subcontractor, RCD Electric, who was not yet ready for permanent power. (R4,
    tab 15 1 at 713)
    150. Permanent power was provided on May 5, 2011 (APF 324).
    151. The start-up of the HVAC systems had an actual start date of May 6, 2011
    with a planned duration of five days. However, the activity was not completed for over a
    month. (App. supp. R4, tab 250 at 12, tab 262 at 12)
    152. Other utilities were provided as of the end of May 2011. Appellant
    requested that they be furnished by June 1, 2011. (R4, tab 178 at 28) There is
    insufficient evidence to conclude that JCG was delayed solely by the government's
    failure to provide power and utilities in a timely fashion.
    153. By June 30, 2011, the Biolab's life safety system was approved by the fire
    marshall for beneficial occupancy (app. supp. R4, tab 87 at 630).
    154. The narrative for the July 15, 2011 Project Schedule Update notes that
    ''during the last weeks numerous changes have been implemented in the Project"
    including the following (APF 339):
    • Storm drain changes;
    • Change FE7 type fence to ornamental type security fence;
    • Install additional FFE items;
    • Install additional built-in counters;
    • Perform design of water filter system;
    • Install additional 48-strand fiber;
    • Install control conduit for Chevron devices;
    • Install additional telecom cabling to MH-49. This included
    extensive research to identify existing spare cables;
    • Install new CDX-09 hardware;
    • Install new ice machines;
    • Started procurement on water filter;
    • Procurement of new "baker" clean benches; and
    • Changes to ECP card reader access.
    155. The government did not extend the contract completion date for the changes
    directed and/or issued in the summer of 2011, nor did the Corps assess liquidated
    damages (APF 342). The timing and nature of these "changes'' has not been detailed.
    Nor has appellant attempted to prove their "criticality" or that they delayed completion of
    the Project. No claims have been filed with respect to such summer 2011 changes.
    40
    156. As of July 27, 2011, the lab portion of the Biolab was not functional
    (app. supp. R4, tab 87). Essential testing of the Biolab continued as late as August 12,
    2011 (id at 666).
    157. The Biolab building was actually commissioned on August 15, 2011 (R4,
    tab 79). The Corps determined and we find that the project was substantially completed
    on August 19, 2011, although significant "punchlist" work remained that did not impact
    beneficial occupancy of the building (R4, tab 152 at 86, tab 175; tr. 7/34-35).
    iv. Expert Analysis of Project Schedule Delays and Acceleration
    158. Appellant called Mr. David Hatwell with Aegis Project Controls, as a schedule
    expert to testify regarding causes of, and responsibility for, Project delay and acceleration.
    Mr. Hatwell also prepared an expert report dated November 15, 2016. (APF 471)
    159. The government called Mr. Stuart Ockman, as its schedule expert. Prior to
    testifying, Mr. Ockman prepared expert reports issuing a final report dated November 27,
    2016. (APF 472)
    160. Mr. Hatwell and Mr. Ockman used different methodologies to perform their
    Schedule Analyses (APF 486). However, they agree that JCG's baseline schedule was a
    reasonable plan for the Project (APF 487). They further agree that the Project was behind
    schedule on July 30, 2010, when the Corps issued its July 30, 2010 letter regarding the
    alleged acceleration of the Project. They disagree as to the causes of and responsibility
    for that delay. (APF 488)
    161. Mr. Hatwell and Mr. Ockman agree that JCG accelerated the Project from
    August 2010 through completion, recovering delay experienced up to August 2010,
    although they disagree as to the extent of the delay recovered (APF 489).
    162. Mr. Hatwell determined there were critical path delays to the start of caissons,
    installation of caissons and completion of the foundation grade beams and underslab MEP
    rough-in activities, followed by JCG's acceleration of the work to Project completion (APF 490).
    163. Mr. Ockman identified three controlling delays and presented three Time
    Impact Analyses (APF 491):
    • Time Impact# 1: Late submittal of geotechnical report,
    which, Mr. Ockman contends, delayed the start of caissons;
    • Time Impact #2: Late finish of caissons;
    • Time Impact #3: Late start of grade beams.
    41
    l
    164. Finally, Mr. Ockman's analysis contains a Time Impact Analysis #4, a
    comparison of Mr. Ockman's ·'as-built" schedule to his Time Impact Analysis #3 schedule.
    Mr. Ockman's Time Impact Analysis #4 acknowledges JCG accelerated the Biolab
    completion. Mr. Ockman's Time Impact Analysis #4 found that Grimberg recovered
    55 days during this time. (APF 493; tr. 5/163; R4, tab 179 at III-5, III-6)
    165. As noted above, we need not resolve the expert's differing opinions on the
    cause of any delays prior to commencement of caisson drilling. Furthermore, we have
    concluded that appellant encountered a DSC. Consequently, a considerable portion of
    Mr. Ockman' s analyses are fundamentally flawed since they are premised on the
    incorrect assumption that there was no DSC. Moreover, we have carefully reviewed and
    weighed Mr. Ockman's analyses of allegedly concurrent JCG delays attributable to
    failure to effectively prosecute and sequence the caisson drilling, MEP work and grade
    beam installation and find them to be without merit because the evidence at the hearing
    demonstrated that his proposed means of construction were inconsistent with the site and
    specification restrictions. Accordingly, we have substantially adopted Mr. Hatwell's
    conclusions regarding the impacts, delays, resequencing, and inefficiencies and
    pre-August 2010 acceleration (including mobilization of three drill rigs), caused by and
    essential to overcome the DSC through completion of the MEP work and grade beams, in
    our findings below.
    v. Caisson Drilling and Grade Beam Installation Delays
    166. The parties agree that caisson drilling and placement of grade beams took
    longer than planned and critically delayed Project completion (APF 531).
    167. JCG contends that the caisson DSC caused JCG to drill through
    approximately 400% more rock than planned (923 actual feet, versus 240 feet planned),
    delayed caisson completion and, in turn, delayed grade beam work for a resulting delay to
    Project completion of 39 calendar days (APF 532).
    168. The Corps denies that JCG encountered a DSC and ascribes all critical path
    delay to the caisson and grade beam work to JCG (APF 533).
    169. We have concluded that JCG encountered a Type 1 DSC (excessive
    incompetent rock), during the drilling of the caissons and that the drilling of extra rock
    greatly slowed caisson drilling operations and prevented JCG from achieving the baseline
    schedule plan of approximately 1.5 caissons per work day. We have further found that to
    mitigate the impact of the extra rock, JCG added a second drill rig on March 18, 2010
    and third drill rig on April 12, 2010.
    170. In total, the caisson work took from March 8, 2010 through May 27, 2010,
    a period of 81 calendar days and required a total of 116 rig days to complete (as
    42
    compared to 32 rig days as-planned drilling 1.5 caissons per day) (APF 548). As
    adjusted for the ''allowance'' for incompetent rock we have determined above, appellant
    should have planned for 48 rig days ( 50% more than planned), all other considerations
    being equal and unchanged. Thus, the adverse impacts of the DSC included an
    additional 68 rig days i.e., 116 actual rig days less the 48 rig days that appellant has
    estimated taking into consideration our "allowance.''
    171. The JCG Narrative for the May 2010 Monthly Schedule Update, prepared as
    of May 15, 2010, summarized the impact as follows (APF 549):
    As of this update, the Project shows minus 33 days. This is
    primarily due to the original snow delay and unsuitable rock
    being encountered at the rock sockets in which additional
    drilling of rock is required. Seaboard Foundation mobilized
    additional drill rig[ s] to assist with drilled pier installation.
    This has greatly increased the production and helped recover
    time. Although, due to the increased amount of unsuitable
    rock encountered, the Project is behind due to this problem.
    Additional drilling to extend rock sockets will have
    significant impact on the drilled pier installation and cost.
    172. The baseline schedule showed a combined duration for underground MEP
    rough-in and grade beams of 64 calendar days. The work was actually completed in
    60 calendar days. (APF 554) Although grade beam and underground MEP rough-ins
    were planned to be performed concurrent with the caissons, on an as-built basis, this
    work was performed almost entirely after the completion of caissons for reasons that will
    be described below (APF 553). JCG began the layout for the underground MEP rough-in
    on May 25, 2010, and started underground piping installation activities on May 26, 2010
    (APF 551).
    173. On an as-built basis, the grade beam work was completed on July 28, 2010,
    focusing on the grade beam work continuously instead of concurrent with the caissons,
    JCG was able to reduce the grade beam duration from 56 calendar days in the baseline
    schedule to 29 calendar days (APF 552).
    174. Mr. Hatwell concluded that there were two delays caused by the caisson
    DSC. First, the DSC caused an extended performance for the caisson installation.
    Second, the DSC caused JCG to mobilize three drill rigs instead of just one to mitigate
    the impact of the DSC, grade beams and underground MEP rough-in that could not be
    performed concurrently with the caissons. (APF 555) We so find.
    175. According to Mr. Hatwell, as of the March 16, 2010 CPM Update (UP06),
    which was prepared shortly after critical path caisson work began, the Project was still
    43
    17 calendar days behind schedule, i.e. there had been no further schedule slippage as
    compared to the February 15, 2010 CPM Update (APF 558).
    176. Mr. Hatwell determined that, as of the May 15, 2010 CPM Update (UP08),
    the caissons were projected to be complete by May 26, 2010, and substantial completion
    was projected to be August 4, 2011, with a total negative float of 45 calendar days,
    resulting in a schedule slippage of 28 calendar days as compared to the March 16, 20.10
    update (i.e., 45 calendar days minus 17 calendar days equals 28 calendar days)
    (APF 559). Mr. Hanvell allocated this 28 calendar days of delay to the caisson DSC
    (APF 560).
    177. In the UP08, the critical path ran through the completion of Area 1 caissons,
    the start of Area 1 grade beams concurrent with Area 1 caissons, and followed by Area 1
    underground MEP rough-in (APF 561). However, because JCG had to use three drill rigs
    to mitigate the impact of the caisson DSC, JCG did not have sufficient access to start
    either the underground MEP rough-ins or the grade beams until the caissons were nearly
    complete. We so find. (See findings 71-72; tr. 3/172, 220, 227-29, 4/22-23)
    178. As of the July 15, 2010 CPM Update (UPlO), the remaining grade beam
    work was on the critical path and projected to be completed on July 27, 2010 with
    substantial completion projected as August 15, 2011, or 56 calendar days (39 work days)
    later than the contract completion date (APF 563).
    179. As compared to the May 15, 2010 CPM Update (UP08) which showed
    45 calendar days of negative float, the July 15, 2015 Schedule Update shows an
    additional 11 calendar days of delay to project completion during the grade beam work
    (i.e., 56 calendar days minus 45 calendar days equals 11 calendar days) (APF 564).
    180. Mr. Hatwell classified this additional 11 calendar day delay as part of the
    caisson DSC delay in that, but for the need to mobilize two additional rigs to mitigate the
    DSC, the grade beam work could have been performed concurrent with caissons pursuant
    to JCG's original plan (APF 565).
    181. Mr. Hatwell concluded further, and we so find, that JCG's decision to use
    three rigs and defer grade beam and underground MEP work until the drilling was
    completed in lieu of using a single rig and performing concrete grade beam operations
    concurrently saved 54 calendar days of delay in that:
    a. Per the daily reports, JCG completed the caisson drilling in
    116 rig-days, using three rigs.
    b. If only one (I) rig had been used, drilling the caissons
    would have taken 116 work days, or 160 calendar days.
    44
    c. Thus, given an actual start of drilling caissons on ·March 9,
    2010, with one rig, the caisson work would not have been
    completed until August 15, 2010 (i.e., March 9, 2010 plus
    160 calendar days equals August 15, 2010).
    d. As originally planned, and as reflected in the January 2010
    update, the grade beam and underground MEP work was to
    be completed 36 calendar days after the completion of
    caissons in all three areas using one rig.
    e. Given an August 15, 2010 completion date of caissons using
    one rig and 36 calendar days additional time to complete the
    grade beams and MEP work, the grade beams and MEP work
    would have been completed by September 20, 2010.
    f. The underground MEP rough-ins and grade beam work
    was actually completed on July 28, 2010 or 54 calendar days
    earlier than the September 20, 2010 date had only one rig
    been used.
    (APF 566)
    vi. Acceleration and Schedule Recovery:
    182. The parties agree that from August 2010 through June 2011, JCG accelerated
    the Project and successfully performed at a rate better than originally planned (APF 589).
    183. JCG contends that its acceleration overcame all of the Project delay prior to
    August 2011, plus most of the impact of the government's delayed provision of
    permanent utilities and allowed JCG to substantially complete the Project by the end
    of June 2011 (APF 590).
    184. The Corps contends that JCG recovered 55 calendar days of delay and
    substantially completed the Project on August 19, 2011 (APF 591). We have so found above.
    185. In his analysis, Mr. Hatwell states that by the time JCG submitted the
    August 15, 2010 CPM update (UPll), the total Project delay had grown to 56 calendar
    days as a result of prior excusable delays (DSC and excusable delays to pre-drilling site
    work activities). As a result, Grimberg developed an acceleration schedule demonstrating
    how the lost time would be recovered. (APF 5 92)
    186. JCG's UPI 1 showed that the Project would be substantially completed by
    June 21, 2011, essentially on time (APF 593).
    45
    187. Mr. Hatwell analyzed the August 15, 2010 accelerated schedule and
    concluded that the 56 calendar days of delay prior to August 2010 were projected to be
    recovered through adjustments to both activity durations and logic (APF 594).
    188. Mr. Hatwell determined that through JCG's acceleration efforts, the Project
    continued to essentially remain on time from August 2010 until alleged substantial
    completion in June 2011. Although there were months where the schedule would slip a day
    or two due to duct rough-in and/or drywall, JCG quickly recovered those days in the next
    update (APF 595). We have previously rejected the major bases for his determination that
    substantial completion occurred in late June 2011 in our findings based on our independent
    analysis of the contemporaneous records and associated testimony (see findings 142-57
    above). To the extent that Mr. Hatwelrs conclusions are based on changes to the Project
    directed by the government near the conclusion of the job, there is insufficient evidence to
    evaluate the detailed nature, criticality and delaying impacts of the changes. Appellant has
    not filed separate claims for delays allegedly related to the changes.
    189. Mr. Ockman also concluded that appellant had accelerated completion of the
    Project, finding, "[f]rom August 2010 through June 2011., Grimberg performed more
    quickly than originally planned, and that resulted in pulling back the projected
    completion date, which shows up as October 13, 2011..., pulling that back to August 19,
    2011, 55 calendar days schedule recovery" (tr. 5/163).
    DECISION-ASBCA No. 59717
    Pre-August 2010 Delay and Acceleration to Overcome and Mitigate Impacts of DSC
    Appellant contends that it was delayed a total of 39 days as a result of the DSC
    and adverse weather. Adverse weather issues were resolved by bilateral Mod. Al which
    granted a time extension of 6 days, leaving 33 days related to the DSC.
    We have reviewed the expert analyses and associated portions of the evidentiary
    record and, for the most part, agree with Mr. Hatwell's analysis of the period commencing
    with the start of caisson drilling on March 9, 20 I 0, through the completion of the grade
    beam work on July 28, 2010. Pursuant to the DSC clause, we conclude that JCG is
    entitled to an equitable adjustment to compensate it for the extensive adverse impacts of
    the DSC. In particular, we conclude that appellant is entitled to recover its increased
    labor, material, equipment and other costs related to its efforts to overcome and mitigate
    the adverse effects of the DSC through resequencing its planned activities, the resulting
    inefficiencies associated with resequencing, and accelerating its efforts to complete the
    grade beam and MEP rough-in work. However, we have also found that appellant should
    have included an allowance for an additional 16 rig days (or a total of 48 rig days) given
    the extensive contract indications of incompetent rock. Subtracting that total from the
    46
    actual 116 rig days, adverse impacts of the DSC include an additional 68 rig days for
    which appellant is entitled to compensation. (See finding 70)
    Given the interrelation and confluence of the caisson drilling, MEP rough-in and
    grade beam work, appellant's resequencing activities and its acceleration of completion of
    the grade beam work, and additional complexities introduced by our "allowance," we
    remand all issues related to the quantum ramifications and impacts (including delay days)
    of the DSC to the parties for negotiation. However, for purpose of their deliberations, we
    emphasize that government contentions regarding appellant-caused drilling delays and
    inefficient planning of the drilling, MEP and grade beam work have been rejected in our
    prior findings and in our discussion of the DSC above. We also emphasize for purposes of
    our discussion of JCG's post-July 2010 acceleration claim that any equitable adjustment
    for delays attributable to the DSC, in no event, can exceed the 33 days found by
    Mr. Hatwell in his expert analysis.
    Post-July 20 IO Acceleration
    To prevail on its post-July 2010 acceleration claim under the contract's Changes
    clause, Grimberg must show: ( 1) that the contractor encountered a delay that is
    excusable under the contract; (2) that the contractor made a timely and sufficient request
    for an extension of the contract schedule; (3) that the government denied the contractor's
    request for an extension or failed to act on it within a reasonable time; (4) that the
    government insisted on completion of the contract within a period shorter than the period
    to which the contractor would be entitled by taking into account the period of excusable
    delay, after which the contractor notified the government that it regarded the alleged
    order to accelerate as a constructive change in the contract; and (5) that the contractor
    was required to expend extra resources to compensate for the lost time and remain on
    schedule. Fraser Constr. Co. v. United States, 
    384 F.3d 1354
    , 1360-61 (Fed. Cir. 2004).
    It is not enough to show that the government delayed a particular segment of work.
    Grimberg must establish that the delay to the Project was a delay on the critical path and
    must account for any concurrent contractor-caused delay. Win Ballance, Inc., ASBCA
    No. 53710, 05-2 BCA ,r 33,081. Grimberg must also establish the number of days of
    relief to which it is entitled. Phillips Nat 'l, Inc., ASBCA No. 53241, 04-1 BCA ,r 32,567.
    Appellant has failed to establish entitlement to recover for its post-July 2010
    acceleration efforts. Grimberg's claim and complaint identified the DSC, and only the
    DSC, as the cause of delay to both the caisson and grade beam construction work. 4 We
    4
    The Hatwell Report determined that rough grading and weather at the site were
    additional causes of delay. It also identified waterline installation as a delay,
    though it did not quantify this delay. However, no claim covering the pre-March
    2010 period prior to commencement of drilling was filed by JCG requesting time
    extensions for rough grading, CUP contractor and/or waterline delays.
    47
    have found above that appellant encountered a DSC and is entitled to a time extension as
    a result of the DSC not to exceed 33 days. The weather delay was resolved by bilateral
    modification and appellant was granted a 6-day time extension.
    Appellant asserts that the ACO' s July 30, 2010 letter satisfied the requisite ''order''
    element essential to proof of acceleration. Significantly, however, appellant had begun
    accelerating well before the alleged "order'' was issued. Moreover, that letter did not
    constitute an "order.'' It was simply a preliminary informational request that was
    intended to allow the government to consider acceleration options to ''buy back'' time and
    ensure project completion in compliance with the BRAC statute. It did not direct
    Grimberg to accelerate. It requested proposals to evaluate whether Grimberg should be
    directed to accelerate and anticipated that the parties would first negotiate before any
    compensable acceleration occurred. Appellant never complied with the ACO's July 30,
    2010 letter to provide a detailed acceleration plan for government review. Grimberg
    simply accelerated and then informed the government after the fact, thereby depriving the
    Corps of any role in deciding how to manage the Project.
    In short, there was no "order'' to accelerate by the government, much less any
    notice to the Corps that appellant considered any government directive to be such an
    order. JCG also did not make a timely and sufficient request for an extension to the
    contract completion date. Failure to timely request an extension bars recovery. Cf
    Commercial Contractors Equipment, Inc., ASBCA No. 52930 et al., 03-2 BCA ,r 32,381.
    In addition, the contract was not substantially complete in late June 2011. We have
    determined that substantial completion did not occur prior to August 19, 2011. Since we
    have concluded that appellant was entitled to a time extension for the DSC of no more than
    Mr. Hatwell's 33 days, appellant was at most only entitled to an extension of the completion
    date through the end of July 2011, including the 6 weather days granted in Mod. Al. The
    government never required appellant to complete by the originally-scheduled completion
    date. Nor did the Corps threaten or assess imposition of liquidated damages.
    We further note with respect to substantial completion, both Grimberg' s claim and
    complaint concluded that the Project was complete on August 15, 2011, not June 28, 2011.
    To the extent that the Hatwell Report could be read to conclude that the Project was
    complete on June 28, 2011, it failed to analyze schedule updates in the post-June 2011
    period. 5 We have previously rejected the major bases for his determination that substantial
    completion occurred on June 28, 2011. To the extent, if any, that his conclusions are based
    on changes to the Project directed by the gov~rnment near the conclusion of the job, there
    5
    The Hatwell Report also inconsistently concludes that the Project was not substantially
    complete as of June 28, 2011, due to delays caused by the government's alleged
    failure to provide permanent power. The Hatwell Report does not however
    allocate any delay days to this event.
    48
    is insufficient evidence to evaluate the detailed nature, criticality and delaying impacts of
    the changes. Appellant has not filed separate claims related to any alleged changes other
    than those discussed below, and there is no persuasive JCG analysis of delays in the
    post-June 2011 period.
    JCG also has failed to establish that it made a timely request for a time extension
    that was denied by the government. Contrary to appellant's assertions, the statutory
    deadline did not preclude all time extensions, so long as the September 15, 2011 deadline
    was met. As originally scheduled, the contract completion date was late June 2011,
    allowing adequate time for extensions beyond the weather delays granted by Mod. A 1 to
    compensate appellant for the impacts of the DSC.
    ASBCA No. 59717 is sustained in part with respect to the delays and impacts
    attributable to the DSC prior to August 2010 under the DSC clause to the extent
    indicated, but is denied with respect to appellant's claim for the costs of accelerating
    Project completion during the post-July 2010 period.
    C. ASBCA Nos. 59167. 59168, 59169, 59170
    ADDITIONAL FINDINGS OF FACT
    190. On October 3, 2013, appellant filed a consolidated certified claim with the
    contracting officer requesting a total of $387,715 for six different claims and asserting that
    it was entitled to relief under the Changes clause. Five of the six consolidated claims were
    denied by the contracting officer in a final decision dated January 15, 2014. Grimberg
    timely appealed the final decision on February 20, 2014. In docketing the appeal on
    February 24, 2014, the Board assigned separate docket numbers for the five components of
    appellant's consolidated claim denied by the contracting officer as follows: ASBCA
    No. 59167-fire hydrant and waterline claim; ASBCA No. 59168-increased asphalt;
    ASBCA No. 59169-additional card readers; ASBCA No. 59170-temporary electric
    power; and, ASBCA No. 59171-epoxy seams. As noted above, the parties agreed to
    dismiss the latter appeal, ASBCA No. 59171 with prejudice.
    191. The contract incorporated FAR 52.236-21, SPECIFICATIONS AND DRAWINGS
    FOR CONSTRUCTION (FEB 1997). The clause stated in part:
    (a) ... Anything mentioned in the specifications and not
    shown on the drawings, or shown on the drawings and not
    mentioned in the specifications, shall be of like effect as if
    shown or mentioned in both. In case of difference between
    drawings and specifications, the specifications shall govern.
    In case of discrepancy in the figures, in the drawings, or in the
    specifications, the matter shall be promptly submitted to the
    49
    Contracting Officer, who shall promptly make a determination
    in writing. Any adjustment by the Contactor without such a
    determination shall be at its own risk and expense.
    (R4, tab 3 at 65)
    192. The contract included, in full text, the following pertinent clauses:
    DESIGN-BUILD-CONTRACT-ORDER OF PRECEDENCE
    (a) The contract includes the standard contract clauses and
    schedules current at the time of contract award. It entails ( 1)
    the solicitation in its entirety, including all drawings, cuts,
    and illustrations, and any amendments, and (2) the successful
    offeror's accepted proposal. The contract constitutes and
    defines the entire agreement between the Contractor and the
    Government. No documentation shall be omitted which in
    any way bears upon the terms of that agreement.
    (b) In the event of conflict or inconsistency between any of
    the provisions of this contract, precedence shall be given in
    the following order:
    ( 1) Betterments: Any portions of the accepted
    proposal which both conform to and exceed the provisions of
    the solicitation.
    (2) The provisions of the solicitations. (See also
    Contract Clause: SPECIFICATIONS AND DRAWINGS
    FOR CONSTRUCTION.)
    (3) All other provisions of the accepted proposal.
    (4) Any design products including, but not limited to,
    plans, specifications, engineering studies and analyses, shop
    drawings, equipment installation drawings, etc. These are
    "deliverables" under the contract and are not part of the
    contract itself. Design products must conform with all
    provisions of the contract, in the order of precedence herein.
    50
    RESPONSIBILITY OF THE CONTRACTOR FOR DESIGN
    (a) The Contractor shall be responsible for the professional
    quality, technical accuracy, and the coordination of all designs,
    drawings, specifications, and any other non-construction
    services furnished by the Contractor under this contract. The
    Contractor shall, without additional compensation, correct or
    revise any errors or deficiency in its designs, drawing,
    specifications, and other non-construction services.
    (b) Neither the Government's review, approval or acceptance
    of, nor payment for, the services required under this contract
    shall be construed to operate as a waiver of any rights under
    this contract or of any cause of action arising out of the
    performance of this contract, and the Contractor shall be and
    remain liable to the Government in accordance with
    applicable law for all damages to the Government caused by
    the Contractor's negligent performance of any of the services
    described in paragraph (a) furnished under this contract.
    The rights and remedies of the Government provided for
    under this contract are in addition to any other rights and
    remedies provided by law.
    (R4, tab 3 at 80-81)
    193. Section 00100, paragraph 1.3, of the solicitation "Instructions,'' required, inter
    alia, that offerors were to submit technical and price proposals (R4, tab 3 at 5). Regarding
    the evaluation of the price proposal, the solicitation stated at paragraph 2.3 in part:
    2.3 Volume II (Price Proposal, Factor 9 and Factor 10) of the
    proposal will be evaluated by a Price Evaluation Committee
    (PEC) established by the Source Selection Authority (SSA).
    Price will be evaluated for reasonableness, but will not be
    scored. Proposals will be evaluated using price analysis
    techniques. Prices in an offeror's proposal and breakdown
    are required to be reasonable for the work to be performed
    and consistent with relevant elements of the technical
    proposals.
    (Id. at 8)
    51
    194. Further relative to the evaluation of the price proposal, the solicitation stated
    in paragraph 6 of section 00100 in pertinent part:
    6.0 VOLUME II: EVALUATION CRITERIA (PRICE or
    COST PROPOSAL)
    6.1 DEFINITIONS
    a. Price Analysis: The process of examining and
    evaluating an offeror' s proposed price to determine if it is fair
    and reasonable without evaluating its separate cost elements and
    proposed profit/fee. Price analysis always involves some sort of
    comparison with other prices; e.g., comparing an offeror's
    proposed price with the proposed prices of competing offerors
    or with previously proposed prices for the same or similar items.
    (R4, tab 3 at 17)
    i. Fire Hydrants and Waterline-ASBCA No. 59167
    195. The RFP and contract contained contract drawing CLI01, "LAYOUT AND
    UTILITIES PLAN." The new construction on the drawing depicted two fire hydrants to
    be installed outside the main Biolab building. There was no hydrant indicated on the
    drawing outside the Project Entry Control Point. JCG's proposal assumed that only two
    hydrants were required, and a two-inch diameter potable waterline to the Entry Control
    Point Building (ECP). (Tr. 1/159; R4, tab 22 at 110; app. supp. R4, tab 219 at 364)
    196. Contract specification section 01 10 00, paragraph 4.2, entitled
    "APPLICABLE MILITARY CRITERIA,'' stated "The Project shall conform to the
    following criteria'' to include "UFC 3-600-01 Design: Fire Protection Engineering for
    Facilities, Sept. 2006" (UFC or sometimes hereinafter Fire Code) (R4, tab 23 at 89).
    197. UFC section 01 10 00, paragraph 6.5.8.5(5)(d)(ii)(d) "Spacing Requirements,'' stated:
    A sufficient number of hydrants must be provided so that hose
    stream demand can be met without taking more than 1,250 gpm
    from any single hydrant. Hydrants must also be spaced in
    accordance with the following requirements.
    a. All parts of the building exterior must be within 350 ft of a
    hydrant with consideration given to accessibility and obstructions.
    (R4, tab 23 at 125)
    52
    198. UFC 3-600-01, "DESIGN: FIRE PROTECTION ENGINEERING FOR
    FACILITIES," paragraph 3-7.3.2 "Spacing Requirements,'' stated:
    A sufficient number of hydrants must be provided so that
    hose stream demand can be met without taking more than
    4, 740/L/min (1,250 gpm) from any single hydrant. Hydrants
    must also be spaced in accordance with the following
    requirements:
    •   All parts of the building exterior must be within
    106 m (350 ft) of a hydrant with consideration
    given to accessibility and obstructions.
    (R4, tab 31 at 32)
    199. One prospective subcontractor submitted a quote to Grimberg that included
    three fire hydrants. Another submitted a quote that only included two hydrants.
    (APF 619; R4, tab 141 at 207-10; tr. 2/48-49)
    200. To satisfy the Fire Code requirements, a third hydrant was needed to provide
    sufficient coverage of the ECP (R4, tab 22 at 110, tab 24 at 257; tr. 1/31-32). JCG's bid
    did not include cost for a third hydrant at the ECP site (APFs 616-18). There is no
    express language in appellant's proposal indicating that JCG did not intend to comply
    with the UFC requirements.
    201. However, the JCG proposal stated (APF 620):
    The RFP and conceptual drawings do not indicate a fire
    hydrant in close proximity to the guard house [ECP]. It is
    recommended, due to the size of the ECP, that a new hydrant
    be installed in the general vicinity. This hydrant would be
    supplied by an 8" diameter water service from the building
    loop.
    202. Following award, the Corps required appellant to install the third hydrant in
    compliance with the Fire Code (APF 622).
    203. To accommodate the water flow for the third hydrant at the ECP building,
    JCG changed the waterline from a two-inch PVC-pipe waterline to an eight-inch ductile
    iron pipe waterline (APF 623).
    204. On or about May 12, 2011, JCG submitted a request for equitable adjustment in
    the form of "Proposed Change Order 7" (PCO 7) for the claimed additional costs of $98,727
    53
    associated with the third hydrant and eight-inch ductile iron pipe waterline at the ECP (R4,
    tab 32). The Corps rejected this proposal in a letter dated June 9, 2011 (APF 629).
    205. By letter dated June 11, 2012, Grimberg stated that the pertinent contract
    drawing only depicted two fire hydrants and that, under MA. Mortenson Company,
    ASBCA No. 39978, 93-3 BCA ,r 26,189, Grimberg was entitled to rely on the contract
    drawings for purposes of preparing its cost proposal (R4, tab 35). On October 3, 2013,
    Grimberg filed a certified claim for the waterline in which it requested $57,525 for the
    alleged waterline changes (R4, tab 25 at 5-6).
    ii. Asphalt Pavement-ASBCA No. 59168
    206. Subsection 5.2.3 of the Statement of Work, "GENERAL TECHNICAL
    REQUIREMENTS," addresses "Pavement'' and stated in part:
    The Offeror' s geotechnical report shall contain flexible and
    rigid pavement design( s) including design CBR and modulus
    of subgrade reaction and the required compaction effort for
    subgrades. Pavements shall be designed in accordance with
    Federal Department of Transportation[.] Regardless of the
    pavement design, a minimal flexible pavement section shall
    consist of 3 inches of asphalt and 8 inches of subbase. The
    minimum subbase can be neglected if the subgrade has a
    CBR greater than 30.
    (APF 670)
    207. Other standards also applied to the design of the pavement including the
    Corps Pavement-Transportation Computer Assisted Structural Engineering (PCASE)
    program and the AASHTO Guide for Design of Pavement Structures standards (R4,
    tab 4 at 1, tab 24 at 10).
    208. The depth of the pavement section could not be determined accurately during
    the bid period as the design had to await completion of the post-award final geotechnical
    analysis (APF 122). JCG's estimate and technical proposal for the Project contemplated
    a 1.5-inch asphalt surface and a 2.5-inch asphalt base for both the parking lot and the
    access road "for bidding purposes," but further stated:
    The pavement design shall be performed in accordance with
    the USACE Pavement Transportation Computer Assisted
    Structural Engineering program or AASHTO Guide for
    Design of Pavement Structures method. The ESAL design
    criteria listed in the RFP will be used as the basis of the
    54
    pavement section design. Because the actual CBR value for
    the pavement subgrade will be determined by future
    geotechnical investigations, the pavement section cannot be
    accurately determined at this time.
    (R4, tab 22 at 108)
    209. On May 17, 20 I 0, G1imberg' s designer submitted its initial design analysis
    on the Project. Grimberg's pavement design required a total of 6 inches asphalt (2 inches
    asphalt surface course + 4 inches asphalt base course) for the heavy duty access road and
    4.5 inches asphalt ( 1.5 inches asphalt surface course + 3 inches asphalt base course) for
    the standard-duty parking lot. (GPF 319)
    210. On December 9, 2010, Grimberg filed RFI 0076 titled ·'Asphalt Thickness" in
    which it requests additional compensation for installing asphalt over thickness of 3 inches.
    In its request, Grimberg states the RFP indicated an asphalt thickness of 3 inches and that
    additional thickness of asphalt was added to design by Corps. (GPF 320)
    211. On December 10, 2010, the Corps responded to RFI 0076 by directing
    Grimberg to comply with the asphalt thickness quantities specified in Grimberg's design.
    for the Project as stated in Grimberg's design analysis (GPF 321).
    212. Ultimately, JCG installed 4.5 inches of asphalt on the parking lot and 6 inches
    of asphalt on the access road (R4, tab 21 at 7; tr. 2/143).
    213. On or about August 23, 2011, JCG submitted Proposed Change Order 52
    (PCO 52) for the additional costs in the amount of $82,910 associated with increasing the
    asphalt thickness beyond four inches, i.e., the amount included in JCG's cost proposal
    (APF 677; GPF 322). The Corps rejected this proposal in a letter dated February 3, 2012
    (APF 678).
    214. After the Corps rejected PCO 52, JCG submitted PCO 52 as a certified
    claim in the amount of $49,702 on October 3, 2013. The Corps' contracting officer
    issued a final decision rejecting JCG's certified claim on this issue on January 15, 2014.
    (APF 679; GPF 324)
    215. JCG filed a notice of appeal with the Board on February 20, 2014, and filed a
    consolidated complaint regarding PCO 52 on March 24, 2014, in ASBCA No. 59168.
    55
    m. Additional Card Readers at Entry Control Point (ECP)-ASBCA No. 59169
    216. Section 01 10 00, paragraph 6.19.1(6) of the specifications stated (APF 660):
    (6) Provide a visitor processing area at the perimeter entrance
    to the compound. This visitor processing area is the single
    point of entry for all visitors entering into the new facility.
    This facility shall contain a physical security entry check-point,
    and registration check-in area. Provide infrastructure for X-ray
    and Walk-Thru Metal Detector. Provide a card reader for
    after-hours access and a turnstile for egress.
    217. Section O1 10 00, paragraph 1.1 (3) of the contract specifications, entitled
    "Guiding Principles," stated "(3) The new facility must meet all security, antiterrorism
    and force protection requirements" (R4, tab 23 at 31 ).
    218. RFP Statement of Work, volume 1, section 01 10 00, paragraph 3.8.2, Entry
    Control Point Facility, contains a description of general requirements for the ECP and
    provided a general conceptual layout of the ECP. The sketch does not depict locations
    for card readers or any card readers at all. (R4, tab 23 at 81-82)
    219. The sketch depicts only one entry and one egress point at the ECP where
    visitors enter into or exit from the Biolab building (APF 661). The sketch does not depict
    locations for card readers or any card readers (R4, tab 23 at 82).
    220. Section 01 10 00, paragraph 4.2 of the contract specifications, entitled
    "APPLICABLE MILITARY CRITERIA,'' stated:
    The Project shall conform to the following criteria. Certain
    design impacts and features due to these criteria are noted for
    the benefit of the Offeror. However, all requirements of the
    referenced criteria will be applicable, whether noted or not,
    unless otherwise specified herein.
    (R4, tab 23 at 89)
    221. Section 01 10 00, paragraph 4.2 also incorporated UFC 4-510-01, DoD
    Medical Military Facilities, Design and Construction Criteria, as one of the applicable
    military criteria (R4, tab 23 at 89).
    222. Section O1 10 00, paragraph 6.19 of the contract specifications, entitled
    "SECURITY," stated:
    56
    All entries/exits into the facility are controlled with access
    control system and are monitored by CCTV. The Offeror shall:
    ( 1) Design the security/CCTV system and infrastructure (all
    wires, cables,' back boxes, etc.) for a complete and operable
    system. The Offeror shall include all devices and infrastructure
    to provide a fully-functional and operational security system.
    (R4, tab 23 at 273-74)
    223. Section 01 10 00, paragraph 6.19.1 of the contract specifications, entitled
    ·'Security System," stated:
    Provide the design of the Fort Detrick Standard automated
    access control and security system to monitor all areas of the
    new facility. The Integrated Commercial Intrusion Detection
    System (ICIDS) III shall be used to meet the client's security
    requirements. The system interconnects with and·is
    monitored by existing Fort Detrick ICIDS III System. A
    separate, dedicated security network shall be installed to
    support the system. The design of the security system is
    included in the design/build contract. The Offeror shall
    coordinate with the installation for all system requirements.
    The Offeror shall include as a bid option the installation and
    operational testing of all security components to include
    connection to the head end equipment in the Provost
    Marshalls Office.
    (R4, tab 23 at 274)
    224. Section 01 10 00, paragraph 6.19.1(6) of the contract specifications also stated:
    Provide a visitor processing area at the perimeter entrance to
    the compound. This visitor processing area is the single point
    of entry for all visitors entering into the new facility. This
    facility shall contain a physical security entry check-point,
    and registration check-in area. Provide infrastructure for
    X-ray and Walk-Thru metal detector. A card reader for
    after-hours access and a turnstile for egress. As part of the
    bid option, include procurement and installation of the
    equipment.
    (R4, tab 23 at 275)
    57
    225. Section 01 10 00, paragraph 6.19.1(7) of the contract specifications stated:
    "Provide employee entrance(s) with card reader. Entrances shall be monitored with
    CCTV. Readers shall support anti-passback." (R4, tab 23 at 275)
    226. RFP Drawing A005, entitled "Guard House Plans & Elevations," provided a
    general conceptual layout for the ECP (R4, tab 24 at 285). No card readers are depicted in the
    conceptual layout nor are other security requirements depicted on the layout. The vestibule
    immediately adjacent to the room labeled "Security Office" is labeled "Security Vestibule-.''
    227. UFC 4-510-01, DoD Medical Military Facilities, Design and Construction
    Criteria, paragraph 12-14.1, stated: "Provide an ESS for Military Medical Facilities
    utilizing various combinations of capabilities for intrusion detection, duress alarm, door
    access control, Infant Protection Alarm, Staff Assist Alarm in behavioral health areas,
    video surveillance, and photo badging. Refer to Chapter 14, Physical Security, for
    additional information and requirements.'' (R4, tab 53 at 218)
    228. UFC 4-510-01, paragraph 12-14. 6, "Door Access Control," stated: "Provide
    electronic door access control capability at the locations listed here as required by the
    project-specific criteria" (R4, tab 53 at 222). These door access controls included card readers:
    Monitor and control of door access activity and events
    shall utilize the integrator network Workstation. Provide an
    interface between the video surveillance and the door access
    control capabilities to initiate video monitoring and recording
    of surveillance cameras anytime these doors are opened
    unless an authorized access control card has been read by the
    card reader, or an authorized personal identification number
    (PIN) is entered in an access control keypad.
    (Id)
    229. UFC 4-510-01, paragraph 12-14.6.1, "Access Controlled Door Locations,"
    identified security offices as one of the locations with electronic door access controls.
    "Electronic door access control devices shall be provided at these locations: ... (r)
    Security Office and storage room doors." (R4, tab 53 at 222-23)
    230. As-Built Drawing E 112 depicted the final security layout after construction of
    the ECP. Card Readers identified as "CR" on the drawing, are placed in Rooms 001, 002,
    003. Each of these rooms is an entrance/exit into the ECP. One card reader is placed
    in each room to secure access into or out of the ECP. Card readers are also placed in
    Rooms 004 and 006, the security office and security vestibule. One card reader is placed
    in each of these rooms to secure access into the security office section of the ECP. (R4,
    tab 52)
    58
    231. On December 2, 2010, G1imberg sent an email to the government explaining
    that Grimberg had complied with the card reader design for the ECP and that it
    considered the government's request by Messrs. Bill Conroy and Horace King for card
    readers at the security office to be a change (R4, tab 48). The email attached a picture of
    the ECP showing card readers place at each entrance and exit as well as card readers
    placed at the security office (id at 2 ).
    232. By letter dated February 4, 2011, Grimberg requested costs in the amount of
    $32,306 for installing two additional card readers and related equipment (R4, tab 49). This
    letter requested cost for card readers installed over the ··one entry and one exit requirement
    per RFP'' and attaches a picture of the ECP showing card readers at each enh·ance and exit
    but not at the security office (id at 7).
    233. By letter dated February 22, 2011, the government denied Grimberg's
    request. It stated that the contract required card readers at each entrance/exit of the ECP
    and thus no change to the contract occurred. (R4, tab 50)
    234. On May 11, 2011, RCD Elechic submitted revised costs for the two
    additional card readers and related equipment. This letter is incorrectly dated October 29,
    2010. (R4, tab 25 at 148-49)
    235. On October 3, 2013, Grimberg submitted its claim on the ECP card readers,
    seeking a revised cost of $43,578 (R4, tab 25 at 9). The reason Grimberg provided for
    requesting compensation was the contract allegedly did not require card readers to be
    installed at the security office (id. at 8-9). RCD's request only requested costs for two
    card readers (tr. 3/8; R4, tab 49 at 4).
    236. JCG's proposal included only the cost of installing a single card reader for
    access to the ECP at the single entrance, and a turnstile at the single exit (R4, tab 49).
    237. After JCG submitted its bid and the Corps awarded the contract to JCG, the
    Corps directed JCG to install additional card readers. The final design called for a total
    of five card readers at the ECP. (APFs 664-65)
    238. JCG installed the additional card readers under protest. JCG considers the
    additional card reader devices at the ECP additional work that constitutes a change to the
    contract for which JCG is entitled to be compensated.
    239. On February 4, 2011, JCG submitted Proposed Change Order 26 (PCO 26) for
    the additional costs associated with the second card reader system at the ECP. The Corps
    rejected this proposal in a letter dated February 22, 2011. (APF 667)
    59
    iv. Temporary Pmrer-ASBCA No. 59170
    240. Grimberg had a trailer on the Project site that required temporary power.
    Under the contract, Grimberg was also required to provide two trailers for the
    government and parking for at least seven vehicles. All of the trailers required power,
    sewer and water. (GPF 344)
    241. Section O1 05 00, paragraph 1.4.l of the contract specifications, entitled
    ·'Availability of Utilities Including Lavatory Facilities,'' stated: ·'It shall be the responsibility
    of the Offeror to provide all utilities he may require during the entire life of the contract. He
    shall make his own investigation and determination as to the availability and adequacy of
    utilities for his use for construction purposes and domestic consumption." (GPF 346)
    242. Drawing CD 101, entitled "Existing Conditions & Demolition Plan'' depicts
    an overview of the Project site closely centered upon the construction area for the Project
    (R4, tab 24 at 255).
    243. To the north, is an electric corridor (Northern Electric Corridor) (R4, tab 57).
    Two groups of electric lines run horizontally, east-west, in the Northern Electtic Corridor.
    The Northern Electric Corridor is identified as a power easement. (Id.; GPF 348)
    244. Drawing CD 101 also depicts on its east side, a second electric corridor
    (Eastern Electric Corridor) outlined in green on the annotated drawing (R4, tab 57). The
    electric lines in the Eastern Electric Corridor run underground vertically, north-south.
    Drawing CD 101 does not identify the voltages of the electric power lines running in
    either the Northern Electric Corridor or the Eastern Electric Corridor. (GPFs 349-50; R4,
    tab 24 at 255, tab 57)
    245. RFP Drawing CL 100, entitled "Overall Layout & Utilities Plan," depicts an
    overview of the site at a greater distance than RFP Drawing CD 101 so that more of the
    topographical area around the building site is shown. The drawing displays the proposed
    building layout and both electric corridors. In the western comer of the drawing, a
    T-shaped building is also displayed. (GPF 351)
    246. Drawing CE 100, entitled "Overall Existing Conditions," depicts an overview of
    the site. The drawing does not show the proposed building layout. In the western comer of
    the drawing, the T-shaped building and electric corridors are again depicted. (GPF 352)
    RFP Drawing CE 100 also identifies electric lines running through the Northern Electric
    Corridor as: "65' wide overhead 230 KV [kilovolt] line & 34.5 KV line, Conglomerate RIW,
    (Allegheny Power Company).'' One kilovolt is equivalent to 1,000 volts. (GPF 353)
    247. During the Biolab pre-proposal period, a potential offeror asked the Corps,
    "Where are the temporary electric power and telecomm services for the consttuction and
    60
    trailer areas being supplied from and what size/type services are they?'' The government
    response stated:
    The Contractor will contact the Directorate of Installation
    Services (DIS) with a request to connect to the Post utilities.
    Contact information will be provided after contract award.
    The DIS will provide the locations, specifics, and
    requirements for making these connections. All requests,
    work, and materials are the responsibility of the contractor.
    (APF 102) The above Q&A was incorporated into the RFP via solicitation Amendment
    No. 2 (id.; GPF 354 ).
    248. FAR clause 52.236-27, SITE VISIT (CONSTRUCTION) (FEB 1995), is
    incorporated into the contract. It reads: "(a) The clauses at 52.236-2, Differing Site
    Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be
    included in any contract awarded as a result of this solicitation. Accordingly, offerors or
    quoters are urged and expected to inspect the site where the work will be performed."
    (GPF 355) This clause provided information regarding a site visit to offerors. The visit
    was to occur on March 5, 2009, from 10:00 am to 12:00 pm (GPF 356).
    249. On March 5, 2009, the site visit took place. The site visit would have shown
    that the Northern Electric Corridor's electrical lines were mounted on steel frames rather
    than wooden utility poles and would appear from visual inspection to be high voltage
    transmission lines that were not a reasonable, cost-efficient option for the temporary
    power source. Among other things, a highly expensive "step down'' transformer and
    associated equipment would have been required, none of which were included in
    appellant's proposal. The site visit would have shown that no above-ground electrical
    lines were located in the Eastern Electric Corridor. There is no evidence as to the
    location of suitable manholes that appellant had identified for access prior to bidding, or
    that JCG relied on the existence of a suitable and proximate manhole in preparing its
    proposal or any indication how appellant intended to access the underground lines.
    (GPFs 357,367; ex. G-8; tr. 6/88-91, 149-51) Nor is there any evidence that appellant at
    any time sought to make arrangements with the public utility owning the lines running
    through the Northern Electric Corridor.
    250. For its temporary power needs, JCG's proposal and the contract price were
    based on tapping into the existing electrical lines within the "limits of disturbance'' and
    within 100-150 feet of the "'laydown area'' where appellant would locate its site office and
    trailers. Power was previously provided within the "limits of disturbance'' on five prior
    projects that JCG performed at Fort Detrick. (Tr. 1/154-58, 2/53-54, 134-35; APF 639)
    61
    f
    I
    251. The Corps did not offer access to power from the Northern or Eastern Electric
    Corridors within the "limits of disturbance" of the Project site, and instead directed JCG to
    a source (the I-shaped building) over 1,000 feet away from the Biolab construction site,
    instead of the 100 feet contemplated in the JCG proposal (APF 646).
    252. On or about May 12, 2010, JCG submitted Proposed Change Order 10 (PCO 10)
    for $45,285.00 to provide temporary generators at the Project site prior to the start of permanent
    power to the site. Alternatively, JCG's PCO 10 indicated that it would provide utility poles,
    transformer and overhead lines from an outside source to the Project site. (APFs 653-54)
    253. The Corps rejected PCO 10 in a letter dated May 21, 2010 (APF 655).
    254. JCG continued to use temporary generators at the Project site until permanent
    power was supplied from the CUP in April 2011 (APFs 656-57). Prior to April 2011,
    appellant had not installed necessary switchgear and progressed to the point where it was
    ready for permanent power (tr. 2/166, 3/11-12, 6/40-42; R4, tab 151 at 711-13).
    255. On October 3, 2013, Grimberg filed a certified claim for temporary electric
    power requesting $151,776.
    DECISION ASBCA Nos. 59167. 59168, 59169, 59170
    General Issues
    We have grouped these appeals together for factual analysis because they share
    several common themes. First, appellant alleges that it is entitled to relief in each
    appeal based on our opinion in MA. Mortenson Co., 93-3 BCA 126,189, and refers to
    the claims and associated appeals collectively as the Mortenson claims. Second, JCG
    argues that it is entitled to relief because the contract included its proposal which
    allegedly contained its estimating assumptions related to the claims. According to
    appellant, the government was placed on notice regarding how appellant "bid" the
    contract, and had a duty to engage in discussions with JCG to the extent that it disagreed
    with those assumptions. Neither contention has merit here.
    Mortenson is inapposite. In that case, the government expressly represented the
    detailed quantities of structural concrete and reinforcing steel in the solicitation. There was
    no dispute that the contractor's "takeoffs" were accurately computed based on its selection
    of the framing system and associated govemment~provided quantities in the drawings. The
    government effectively and unambiguously made the requisite and key estimating
    assumptions to be used by appellant and other bidders. The preliminary 35% design
    included in the solicitation was obviously incomplete and the design-build contractor in
    Mortenson was informed of its general duty to verify the accuracy of the drawing
    information in preparing the 65% and final design. However, of critical importance, the
    62
    solicitation also expressly stated that the indicated drawing quantities "may be used to form
    the basis for the pricing proposal." 93-3 BCA ,r 26,189 at 130,364, 130,367. Under the
    circumstances, potential offerors were placed on equal estimating footing, without need to
    perform independent, extensive design analyses and quantity takeoffs. The obvious intent
    was to relieve offerors of the meticulous estimating effort and necessity to prepare such
    intricate and, to an extent, subjective "takeoffs.'' The best information and data available
    were the work product and conclusions of the government's architect-engineer (A/E) who
    brought the design to the 35% stage. There was no reason to question the best judgment
    and accuracy of the data prepared and presented by the government's A/E, albeit at the
    preliminary design stage. The common, general, standard post-award duty of the
    contractor's A/E to "verify and validate'' in developing later designs did not make
    pre-award reliance on the government A/E's professional product unreasonable.
    Moreover, there was nothing elsewhere in the solicitation that should have placed bidders
    on notice that it was unreasonable to rely on the solicitation quantities.
    In contrast, here in ASBCA Nos. 59167, 59168, 59169, the contractor made its own
    estimating assumptions that were not reasonably based on the contract read as a whole and
    giving meaning to all its parts. There is no dispute that the Fire Code required three hydrants
    (and associated waterline). There is no dispute that DOT's et al., paving design
    requirements mandated the asphalt actually placed by JCG. There is no dispute that the
    number of card readers installed by appellant were required by the contract's security/access
    provisions regarding the ECP. In essence, appellant ignored those detailed contractual and
    design requirements and relied solely on a single drawing or specification provision which
    appellant interpreted to permit lesser requirements. Appellant's interpretations of the
    drawings also failed to consider the contract's Specifications and Drawings for Construction
    clause. That clause expressly states, "Anything mentioned in the specifications, and not
    shown on the drawings, or shown on the drawings and not mentioned in the specifications,
    shall be of like effect as if shown or mentioned in both.'' Moreover, the clause gives primacy
    to the specifications in the case of differences. The design risk of complying with the
    detailed dictates of the specification requirements remained with appellant. In the
    circumstance of this case, we find Grimberg's reliance and interpretation to be unreasonable.
    Our rationale and conclusions are explained in greater detail in connection with our further
    discussion of each of the appeals below.
    Secondly, appellant appears to argue that, because its proposal was incorporated
    into the contract, the government should have known that JCG was proposing only
    two hydrants, four inches of asphalt and one card reader. This contention is also
    meritless. First, the only relevant mention of any asphalt quantity or card readers was in
    appellant's price proposal not the technical proposal (TP). As discussed further below,
    JCG's "recommendation'' in the TP that a third hydrant be installed was, as a minimum,
    ambiguous with respect to whether appellant anticipated additional money for the third
    hydrant. Cf MARCON Engineering, Inc., ASBCA No. 57471, 15-1 BCA ,r 35,974 at
    175, 769-71 (appellant's technical proposal unambiguously and effectively relaxed
    63
    restrictions on the Project's drainage design). Reasonably read, the "recommendation''
    implied that appellant had read the Fire Code and concluded that it was required, even
    though not actually depicted for the ECP building in the pertinent drawing.
    Regarding the asphalt quantity and card readers, the government here had no duty
    to decipher the minutiae and implicit bidding assumptions tucked away in JCG's
    $127 million cost proposal. Any such cost/price realism analyses would have required
    overly detailed and meticulous analyses by expert government reviewers well-versed in
    the design details and requirements of the Project. Indeed, the solicitation specifically
    informed appellant that only a broad evaluation of the proposed price for reasonableness
    would be performed by the Corps. Appellant could have had no realistic expectation that
    the government would delve into the minutiae of its possible pavement, hydrant and card
    reader assumptions. Moreover, there was nothing in the fine particulars of even the price
    proposal that reasonably and unambiguously implied that appellant's final design would
    not comply with all contractual requirements, much less raised a duty to conduct
    discussions on perceived misestimates. Finally, the contractual "Order of Precedence''
    clause gave precedence to the contract specifications over other parts of the accepted
    proposal, including appellant's price proposal.
    Fire Hydrants Waterline-ASBCA No. 59167
    As emphasized above, the Fire Code required the third hydrant and associated
    service line. To the extent that appellant relied solely on the two hydrants depicted on the
    pertinent 35% conceptual drawing/sketch, it failed to read the contract as a whole as
    detailed above. Had appellant read all pertinent contract provisions, it should have known
    that a third hydrant was required. To the extent that appellant considered that the contract
    was ambiguous, the ambiguity was patent and appellant should have resolved the perceived
    ambiguity before submitting its proposal. Indeed one of the two contractors that submitted
    quotes that included this work to appellant for consideration in preparing its price proposal,
    made provision for three hydrants. Nothing in appellant's price proposal reasonably put
    the government on notice that appellant did not intend to comply with the Fire Code and
    supply the requisite additional hydrant. Had appellant clearly conveyed such an intent not
    to supply the hydrant or made its proposal conditional upon that assumption, it risked
    rejection of its proposal as technically unacceptable. See Classic Site Solutions, Inc.,
    ASBCA Nos. 58375, 58572, 14-1 BCA ,r 35,664 at 174,579 n.1. Nor was responsibility
    for clarification shifted to the government to address the possible technically unacceptable
    noncompliance by engaging in discussions. If anything, it was reasonable to interpret
    JCG's ambiguous "recommendation" as an indication that it was required to supply the
    hydrant. As a minimum, the "recommendation'' further enforces our conclusion that
    appellant had actual knowledge of any perceived conflict and should have inquired and
    resolved the matter by pre-proposal inquiry if it considered that it was not required to
    install the third hydrant to service the ECP building. Cf White v. Edsall Constntction Co.,
    64
    
    296 F.3d 1081
    , 1085 (Fed. Cir. 2002); Brantley Constr. Co., ASBCA No. 27604, 84-3
    BCA ,r 17,532; Wickham Contracting Co., ASBCA No. 19069, 75-1 BCA ,r 11,248.
    Asphalt Pavement-ASBCA No. 59168
    This claim also is meritless. The contract did not identify precise, specific
    thicknesses for the asphalt. The final design was to be prepared post-award and dependent
    upon post-award studies and analyses. Even appellant's proposal expressly acknowledged
    this fact. The specifications state that "[p ]avements shall be designed in accordance with
    Federal Department of Transportation" and explains "[r]egardless of the pavement design, a
    minimum flexible pavement section shall consist of 3 inches of asphalt.'' Construed as a
    whole, the contract required the contractor to meet a performance objective. Appellant was
    to design pavement asphalt thicknesses to meet DOT standards and warned contractors that
    even if one-inch asphalt thickness met DOT standards, that the design would be inadequate,
    because a minimum of three inches asphalt was required. The Geotechnical Report
    reiterates this requirement. It states "Pavements shall be designed in accordance with ... the
    AASHTO Guide for Design of Pavement Structures" and "Regardless of the method used,
    in no case should the pavement section thickness be less than the minimums stated herein."
    It was left to the design-builder's business judgment to estimate an amount of asphalt that
    would meet the design standards. This understanding of the specification is reflected in
    Grimberg' s Proposal, in which it stated that the pavement design shall be completed in
    accordance with AASHTO standards. JCG applied its business acumen to estimate four
    inches of asphalt to be used in the Project, rather than propose the minimum three inches
    as its estimate. The design and price risk that its estimate of four inches would be
    insufficient was on the design-build contractor JCG. E.g., Elter S.A., ASBCA Nos. 52792,
    53082, 02-1 BCA ,r 31,667; McGrail Equip. Co., ASBCA No. 20555, 76-1 BCA ,r 11,723.
    That risk was not shifted by appellant's inclusion of its four-inch assumption in the minutiae
    of its cost proposal estimate. Again, the government was not reasonably placed on notice
    that appellant did not intend to fully comply with the contract and develop a final post-
    award design that met all specification and DOT requirements.
    Card Readers-ASBCA No. 59169
    The RFP required the constructed Project to meet "all security, antiterrorism and
    force protection requirements," and directed the contractor in multiple locations to design
    the security requirements. This claim flows from appellant's failure to adequately
    consider those requirements in preparing its proposal.
    JCG relies on the conceptual sketch and the word "a" in specification paragraph
    6.19.1 to support its interpretation that only one card reader was required. That
    interpretation is unreasonable and failed to consider the entirety of its responsibilities for
    designing the security system. Read as a whole and giving meaning to all pertinent
    portions of the specifications, those requirements clearly required additional card readers.
    65
    In particular, the specifications required that the access control system encompass "All
    entries/exits into" the ECP and that the contractor was to "Provide employee entrance(s)
    with card reader." One card reader could not secure the ECP which had multiple
    exits/entrances. Reasonably interpreted, the contract required a card reader at each of
    them. The contract also required Grimberg to install card readers to safeguard the
    security office. Design criteria for the security offices were specified, inter alia, in UFC
    4-510-01, DoD Medical Military Facilities, Design and Construction Criteria, which
    required all security offices in medical facilities to be secured by a card reader or other
    door access control.
    We conclude that the government did not impose extra-contractual requirements
    for more card readers than mandated by the specifications.
    ASBCA Nos. 59167, 59168, 59169 are denied.
    Temporary Power-ASBCA No. 59170
    The contract made no representations as to the source of temporary power, much
    less one "within the limits of disturbance" of the site. Instead, as awarded, the solicitation
    expressly directed JCG to contact cognizant government personnel. Appellant allegedly
    assumed that power would be supplied via the Eastern or Northern Electric Corridors
    within the limits of construction based on its prior work at Fort Detrick. In this case, any
    such assumption was unreasonable without further investigations, analysis and inquiry.
    An adequate site visit and investigation would have disclosed that the lines
    running through the Northern Corridor were privately-owned and very high voltage.
    E.g., Lovering Johnson, Inc., ASBCA No. 53902, 06-1 BCA ,I 33,126. Without making
    arrangements with the private utility and providing costly equipment, the lines were
    not a viable source for appellant's temporary power needs. There is no indication in
    appellant's proposal that appellant included the cost of the necessary equipment or that
    JCG contacted the utility at any time.
    Regarding the Eastern Corridor, the electric lines ran underground and the voltage
    was undisclosed. There is no evidence that there was any reasonably proximate and suitable
    manhole access point to tie into the lines or that appellant researched the voltage of the lines
    and potential access points, if any, in preparing its proposal. Again, a reasonably thorough
    site visit would have disclosed the absence of a suitable manhole for access.
    ASBCA No. 59170 is denied.
    66
    CONCLUSION
    For the reasons detailed above, we sustain ASBCA No. 58791, sustain in part ASBCA
    No. 59717, and deny ASBCA Nos. 59167, 59168, 59169 and 59170. By agreement of the
    Dated: October 25, 2018                    G~
    parties, ASBCA No. 59171 is dismissed with prejudice.
    R! BERT T. P ACOCK
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur                                         I concur
    RICHARD SHACKLEFORD                              J. REID PROUTY
    Administrative Judge                             Administrative Judge
    Acting Chairman                                  Vice Chairman
    Armed Services Board                             Armed Services Board
    of Contract Appeals                              of Contract Appeals
    I certify that the foregoing is a true copy of the Opinion and Decision of the Armed
    Services Board of Contract Appeals in ASBCA Nos. 58791, 59167, 59168, 59169, 59170,
    59171, 59717, Appeals of John C. Grimberg Co., Inc., rendered in conformance with the
    Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    67
    f
    l
    

Document Info

Docket Number: ASBCA No. 58791, 59167, 59168, 59169, 59170, 59171, 59717

Judges: Peacock

Filed Date: 10/25/2018

Precedential Status: Precedential

Modified Date: 11/26/2018