Clean by Lucy, Inc. ( 2016 )


Menu:
  •                 ARMED SERVICES BOARD OF CONTRACT APPEALS
    Appeals of --                                 )
    )
    Clean by Lucy, Inc.                           )      ASBCA Nos. 58432, 58441, 58442
    )
    Under Contract No. W9124M-05-D-0014           )
    APPEARANCE FOR THE APPELLANT:                        Leonard W. Childs, Jr., Esq.
    Childs & Associates
    Savannah, GA
    APPEARANCES FOR THE GOVERNMENT:                      Raymond M. Saunders, Esq.
    Army Chief Trial Attorney
    CPT Megan E. Mahaney, JA
    Trial Attorney 1
    OPINION BY ADMINISTRATIVE JUDGE THRASHER
    These appeals arise from Clean by Lucy, Inc. (CBL), performing 31 task orders
    {TOs) under an Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract in support of the
    renovation and modernization of barracks on Fort Stewart, Georgia. On 17 September
    2012, CBL filed 17 appeals with the Board. Fourteen of the appeals were decided under
    the Board's expedited procedures (Rule 12.2) in our decision on 14 June 2013 (
    ASBCA No. 58331
     et al.). Our decision in the expedited appeals has no precedential value.
    Therefore, we are not bound by that decision or our findings of fact in that decision.
    However, we consider it reasonable that the evidentiary record produced in arriving at
    that decision, including the transcript of the first hearing, under the circumstances
    involved with these appeals, be considered part of the evidentiary record in the instant
    appeals. The evidentiary record from that decision involved a hearing on 6 and 7 May
    2013 that produced a two-volume hearing transcript; a Rule 4 file; and a stipulation of
    fact between the parties regarding authority of Mr. Terrence Johnson. The Rule 4 file in
    the first set of appeals, as supplemented, is the same Rule 4 as in the instant appeals.
    Much of evidence produced at the first hearing directly addresses issues found in these
    three appeals. However, the parties have withdrawn the stipulation of fact regarding
    Mr. Johnson's authority entered into during the first hearing. Consequently, it is not part
    of the record in these appeals. A hearing was held and only entitlement is at issue. The
    Board has jurisdiction over the dispute pursuant to the Contract Disputes Act (CDA) of
    1978, 41 u.s.c. §§ 7101-7109.
    1
    At various times during these appeals, the government was also represented by
    MAJ Joseph K. Venghaus, JA, Erica S. Beardsley, Esq., MAJ James P. Leary,
    JA, and MAJ Ildiko Szentkiralyi, JA.
    FINDINGS OF FACT
    1. Fort Stewart and Hunter Army Airfield, Georgia, were notified in 2005 that
    a large group of Army troops were scheduled to return from operations in Iraq within
    90 days and would be billeted at Fort Stewart and Hunter Army Airfield. At the time,
    Fort Stewart and Hunter Army Airfield did not have the existing capacity to house
    these troops in existing barracks. Although there were several empty barracks on the
    bases, the barracks required substantial renovation before they would be habitable. As
    a result, this mission imperative generated a requirement for Fort Stewart and Hunter
    Army Airfield to renovate 33 existing barracks within 90 days to accommodate the
    returning troops. This project was generally referred to as the barracks reset project
    (reset project). 2
    2. Rather than contracting with a single general contractor to manage the
    overall reset project, the government chose to manage the reset project directly by
    employing an acquisition strategy where the government would contract directly with
    individual contractors for specific segments of the renovation project, such as heating
    and cooling, painting, flooring, etc. (tr. 2/152-55; R4, tab 1 at 2). 3 As a result, the
    government assumed responsibility for scheduling the various contractors and
    managing any scheduling conflicts between the contractors that might arise. In this
    regard, the solicitation pertinent to these appeals (and subsequent contract)
    incorporated by reference FAR 52.236-8, OTHER CONTRACTS (APR 1984 ), which put
    CBL on notice that other contractors might be working within the same area of their
    work (R4, tab 1 at 450).
    3. The government issued invitations for bids to perform the various segments
    of the barracks reset project. Pertinent to these appeals, was a solicitation for an ID/IQ
    contract, to provide services for the removal and installation of floor coverings for the
    buildings at Fort Stewart and Hunter Army Airfield (flooring contract). The flooring
    contract was structured for a one-year period with four option periods and was a
    competitive 8(a) set aside. (R4, tab 1 at 1, 3, 78, 153, 228, 303)
    4. By 2005, United Grounds Maintenance (UGM) had approximately 20 years
    of experience performing small government contracts at Fort Stewart and Hunter Army
    Airfield (
    ASBCA No. 58331
     et al. (58331), tr. 1/107-08). However, this was UGM's
    first bid on an ID/IQ contract and on any contract ofthis magnitude (58331, tr. 1/78).
    At that time, CBL was a small business specializing in cleaning and was owned by
    Ms. Lucy Brown. Although CBL was already certified by the Small Business
    2
    This background information is undisputed and the record support is throughout the
    transcripts of both hearings.
    3
    Unless otherwise noted citation to transcripts are for the hearing in ASBCA
    Nos. 58432,58441,58442.
    2
    Administration (SBA) as a minority, woman-owned 8(a) contractor, this was its first
    bid on a government contract (tr. 11175). After reviewing the solicitation for the
    flooring contract, Mr. Jerry Burkhalter, a UGM representative, approached Ms. Brown
    proposing that the two businesses work together to compete for Solicitation
    No. W9124M-05-B-0006-0004 (tr. 1/175-76). 4 Ms. Brown agreed with the proposal
    and a bid was submitted by CBL (R4, tab 1 at 3).
    Site Visit
    5. On 13 July 2005 CBL participated with other potential bidders in a pre-bid
    site visit. The potential bidders were driven around Fort Stewart and Hunter Army
    Airfield to view various buildings (tr. 2/45, 52-54). However, the potential bidders
    were not told of the reset project during the site visit (tr. 2/50).
    Contract Award
    6. CBL bid and was awarded Contract No. W9124M-05-D-0014 on 26 July 2005.
    The contract required CBL to provide an indefinite quantity of various services related to
    the buildings at Fort Stewart and Hunter Army Airfield, including the removal of the
    existing floor covering and replacement with new vinyl tile. (R4, tab 1 at 3, 264)
    Contract Authority to Administer CBL 's Performance under the TOs
    7. The government issued a notice of award letter on 28 July 2005 that, among
    other things, identified the contracting officer (CO), contracting officer's representative
    (COR) and the contract administrator. Ms. Deborah Austin was designated the CO and
    the letter stated she was the only individual with authority to bind the government. (R4,
    tab 264) Mr. Joey Waters was appointed the COR and Mr. Terrence Johnson the contract
    administrator (id. at 2). Pertinent to these appeals, Mr. Johnson signed every TO and
    virtually every TO modification as the "CONTRACTING/ORDERING OFFICER" (R4,
    tabs 5-31 ). In addition, he was on the worksite with CBL virtually every day providing
    direction and resolving issues as part of his responsibilities in administering the TOs (tr.
    21167). Mr. Johnson was also responsible for ensuring CBL submitted the proper
    paperwork to be paid (58331, tr. 21144-45).
    4
    The precise legal relationship between CBL and UGM resulting from their
    agreement is unclear. CBL's proposal is not in the record and the awarded
    contract does not mention UGM. However, CBL filed the underlying claim in
    these appeals as a subcontractor sponsorship claim with UGM's attached
    request for equitable adjustment (REA) stating it is a subcontractor to CBL (R4,
    tab 257 at 1-5). Likewise, CBL's notice of appeal describes UGM as "an
    interested subcontractor" (Bd. corr.).
    3
    8. Mr. Burkhalter was the project superintendent for CBL and was delegated
    authority to act on behalf of the company (R4, tab 2; 58331, tr. 11109). Mr. Burkhalter
    directed the work on a day-to-day basis and interacted with Mr. Johnson and
    Mr. Waters at the worksites. Ms. Tammy Wilds 5 was CBL's chief administrative
    officer and among other responsibilities prepared invoices and associated documents
    for payment (58331, tr. 1/26-27). She prepared all the invoices and associated
    documents submitted for payment under all 30 TOs at issue and signed as a witness for
    Ms. Lucy Brown's signature on all payment releases submitted (58331, tr. 1141-51).
    Issuance of Task Orders
    9. All work under the contract was performed pursuant to bilateral TOs (R4,
    tab 1 at 452). The contract provided for a structured, orderly procedure for awarding
    TOs under the contract that anticipated the parties would negotiate the TO
    requirements within the parameters of the contract. This process, known as "scoping,"
    would begin by informing the contractor in writing of an anticipated requirement, a
    site visit would be conducted and the parties would negotiate a TO for the work to be
    performed. (R4, tab 1 at 379-80) Paragraph 2.1 of the Technical Provisions, stated
    that "[a]s the need exist [sic] for performance under the terms of this contract, the
    Contracting Officer or his/her authorized representative will notify the Contractor, in
    writing, of an existing requirement" (R4, tab 1 at 379). The contract further stated that
    within two working days of receiving written notification of a requirement from the
    CO or an authorized representative, appellant would conduct a site visit, establish
    "verbal contact with the Contracting Officer or his/her representative to further define
    the scope of the requirement," then submit a proposal to the government (R4, tab 1 at
    379-80, ~ 2.2.2). The contract anticipated the government and contractor would meet
    to measure the rooms where the work would be performed and determine which line
    items applied. The parties would then negotiate the requirement and then
    a requirements request would be generated and a TO issued. ( 583 31, tr. 1I13 9-41)
    However, because of the compressed schedule demands of the project, the orderly
    process for negotiating and awarding TOs under the contract was impossible and was
    never implemented. No proposals were requested by the government nor were any
    proposals submitted by CBL on the barracks reset project (tr. 2/132-33). Although
    there was no "scoping", the government entered the date of the pre-award potential
    bidder's site visit, 13 July 2005, on every TO as the date of the scoping meeting,
    which was 12 days before the award of the contract on 26 July 2005 (58331, tr. 11161).
    10. Nine days after award, on 4 August 2005, the government began issuing the
    30 TOs to CBL for the removal of existing floor coverings and the replacement with
    new vinyl tile in all single solider barracks located at Fort Stewart. The TOs relevant to
    5   Ms. Wilds was Ms. Tammy Price at the time of this contract (58331, tr. 1146).
    4
    the instant appeals are TO Nos. 0001-0028, 0031, and 0032 (58432, tr. 2/184). 6 The
    majority of TOs were quickly issued in successive groups in early August 2005; 29 of
    the 31 TOs were issued between 4 August 2005 and 12 August 2005. 7 The last two
    were TO 0026, Building 634, which was issued on 23 September 2005 and TO 0028,
    Building 636, which was issued on 30 November 2005. Each TO corresponded to a
    barracks building to be renovated and established both the work to be performed as well
    as a period of performance for that specific task.
    (R4, tabs 5-31, 34, 35, 64, 110)
    11. The contract included FAR 52.216-19, ORDER LIMITATIONS (OCT 1995)
    that stated in pertinent part:
    (b) Maximum order. The Contractor is not obligated to
    honor:
    ( 1) Any order for a single item in excess of $500,000;
    (2) Any order for a combination of items in excess of
    $500,000; or
    (3) A series of orders from the same ordering office within
    10 calendar days that together call for quantities exceeding
    the limitation in subparagraph (1) or (2) above.
    (R4, tab 1 at 452) TOs 1-25, 27, 31 and 32 8 were issued within a IO-calendar day
    period with a face value in excess of $1 million. Despite the fact CBL was not
    required to accept these orders under the contract, all were bilaterally executed. (R4,
    tabs 5-30, 34-35)
    12. The barracks were three stories tall and contained various numbers of units
    in various combinations and modules. In total, the TOs related to work in 2,412
    separate housing units, requiring approximately 800,000 square feet of floor covering.
    The total work was required to be completed in a period of 90 days and was
    undertaken in conjunction with a number of other contractors working on the reset
    6
    The parties stipulated during the hearing that TO Nos. 0001-0028, 0031 and 0032
    are relevant to ASBCA Nos. 58432 and 58441, while only TO Nos. 0009, 0022,
    0023, and 0032 are relevant to 
    ASBCA No. 58442
     (tr. 2/184).
    7
    4 August 2015 (3 TOs), 3 August 2015 (2 TOs), 8 August 2015 (6 TOs), 9 August
    (4 TOs), 10 August 2015 (9 TOs), 11August2015 (3 TOs) and 12 August (2 TOs).
    8
    TO 26 was issued on 23 September 2005 and TO 28 was not issued until
    30 November 2005 (R4, tabs 64, 110).
    5
    project such as HV AC maintenance, furniture moving, cleaning and painting. (58331,
    tr. 1/37; R4, tab 257 at 4)
    Performance of the Work
    13. Ms. Austin testified that issuance of the first TO constituted notice to proceed
    on the reset project (tr. 1/55). Consequently, work began on 4 August 2015 and the
    individual TOs included specific periods of performance staggered to accomplish the
    total work within the 90-day reset deadline (R4, tabs 5-30, 34-35, 64, 110).
    14. Although the government was aware of the barracks reset project at the time of
    the solicitation, it did not inform CBL of the project until after award (58331, tr. 1/111;
    58432, 2/152-55). Ms. Wilds testified that CBL was the last contractor issued TOs on the
    barracks reset project because they would be the last contractor working on each site, due
    to the coordination of the scheduling of all the other contractors on site. CBL began to
    hear from other contractors about the overall scope of the reset project after contract
    award. It was not until the pre-construction meeting on 9 August 2015, after award and
    the first TOs were already issued, that the government provided CBL any information on
    the barracks reset project. (Tr. 2/152-55)
    
    ASBCA No. 58432
    : Acceleration-Reduction of Number of Days
    15. Contract clause 52.000-4039, TIME ALLOWED FOR COMPLETION OF TASK
    ORDERS (4 DEC 02), provided a formula to assist in determining a suggested timeframe for
    completion of a TO (R4, tab 1 at 438). The equation contained in clause 52.000-4039 stated
    that the total days recommended as a guideline for "estimating Task Order completion time"
    was 30-days, plus (0.00009 x the task order price in dollars), plus any extra days determined
    by the government to be necessary (id.). Clause 52.000-4039, at paragraph a, also stated that
    "[t]his formula is for information only and may be used by the Government as a guideline for
    estimating Task Order completion time, along with other factors. Performance time will be
    negotiated for each Task Order." (R4, tab 1 at 438) Ms. Austin testified that the
    performance periods were negotiated. However, she was not actually involved in issuing the
    TOs and her testimony on this point appears to be based upon the fact each of the TOs were
    executed as bilateral agreements, signed by Mr. Burkhalter. (Tr. 1/52-54) In contrast,
    Ms. Wilds testified there was no negotiation between the parties about the performance
    period as contemplated by the contract (tr. 21146-47). We find Ms. Wilds' testimony
    credible and supported by the record. The record establishes the TO performance periods
    were developed by the government to accommodate the 90-day deadline; the TO
    performance periods were staggered to meet the 90-day deadline, with the majority of
    performance periods being 10 days per barracks (T0). 9 We find the performance periods
    were not negotiated but were unilaterally issued by the government.
    9
    The initial TOs 0001-0003, issued on 4 August 2005, included a 14-day performance
    6
    16. A pre-performance meeting was held on 9 August 2005. Among the
    attendees at that meeting were Mr. Johnson, Ms. Wilds, Mr. Burkhalter and
    Ms. Brown. (R4, tabs 3, 4) Mr. Burkhalter testified that during the meeting he told
    the government representatives that they "[were not] anticipating 31 barracks at one
    time, or this much work" and the government's response by Mr. Johnson was the
    "troops were coming home, and we had to get this job done, you know. Whatever we
    had to do, just do it." (58331, tr. 11123-24) Likewise, Ms. Wilds testified that during
    the meeting CBL discussed how challenging the schedule would be and the
    government's response:
    We talked about the fact that we were going to have
    to work around the clock to get this work accomplished,
    and that we were going to have to hire new people,
    because our crew, our normal crew, couldn't perform this
    much work this fast, and that's when we were told that we
    knew that this was a lot, that the troops were coming home,
    and this was the first phase of this contract, and it had to be
    completed on time because the troops had to have
    somewhere to live when they got home, so to go to work
    and get it done.
    (Tr. 21138-39) She did not raise the issue of the performance period with the CO but
    did so with both Mr. Johnson and Mr. Waters (tr. 2/150). The government did not
    present any evidence to rebut Mr. Burkhalter's and Ms. Wilds' testimony regarding
    notice to the government on this issue.
    A SB CA No. 5 8441: Transport and Storage of Materials
    17. Unlike most of the other contractors on site, CBL was required to meet
    several material storage requirements (tr. 2/39). Ms. Wilds explained in her testimony
    that the nature of the flooring work required special storage mandated by the product's
    manufacturer to meet the requirements of the contract just to protect the materials from
    the elements and prepare them for installation (tr. 2/38-39). The contract Technical
    Provisions provided detailed storage and installation compliance requirements for the
    installation of flooring (R4, tab 1 at 387-434). The sections applying to installation of
    resilient flooring and carpet required that the materials be stored in accordance with
    manufacturer's recommendations (R4, tab 1 at 389, ~ 1.4, at 396, ~ 1.3). The
    manufacturer's recommendations required the materials be acclimatized to the area
    period for each; TO 0005, issued on 5 August 2005, included a 26-day
    performance period; TO 0007, issued on 8 August 2005, included a
    performance period of 40 days; and TO 0031, issued on 12 August 2005,
    included a performance period of 27 days.
    7
    where the flooring would be installed. Ms. Wilds explained how meeting the
    acclimatization requirements during the reset project presented unique challenges
    because of the "large quantity of the work at one time," contrasting this project with all
    other work they had performed before and after, stating:
    Q Where do you store materials generally? On the
    job order contracting that you had before, how did you go
    about handling that?
    A It's really hard to compare the two, because prior
    to this barracks task and after this barracks task, we have
    never had anything that was similar to this. We performed
    this same contract until the very end. We've never had
    anything similar to this arise.
    Before we worked on this contract, when we were
    under the basic ordering agreement, we never had this. All
    the materials --
    Q What is "this" that you're talking about?
    A This large quantity of work at one time. Prior to
    this, under the basic ordering agreement, everything was
    one building at a time. You order your materials. They
    come into your warehouse. You take them to the job site.
    You leave them for 48 hours, 72 hours, whatever the
    manufacturer recommends for them to be climatized to that
    building, and then you come in and install them.
    After this rush barracks thing was over, we
    performed 199 more task orders. I mean, I'm not sure
    exactly, but there was -- it was 200 task orders. It was
    never like this again. Always the materials come in for
    one or two buildings, whatever you've got to be going
    on. You take -- they come into your warehouse. You
    take them to the job site, and you climatize them to
    the building.
    With this, we had two or three trucks, semi trucks, a
    day coming in, bringing materials. They had to be taken to
    our warehouse in Glennville, and brought here ....
    8
    A When you brought these materials by the trailer
    to the job site, in order to get that much material into the
    building to be climatized in the amount of time that you
    needed, the materials needed to have been here the day
    before. But we couldn't have them here the day before,
    because our truck was back and to from Glennville.
    So when you're thinking about how many buildings
    you 're doing at one time, if you had a site -- an on-site
    warehouse, you could bring your materials there. You
    could take them directly to the building and get them
    climatized, in the amount of time that you had. With the
    materials being off site, you had to bring them here, throw
    them in the building, and hope to God they got climatized
    before it was time to put them down.
    (Tr. 2/27-29)
    18. The contract states that the"[ c]ontractor shall coordinate use of the site for
    access, staging, and parking with the Contracting Officer" (R4, tab 1 at 381, ~ 5.9).
    The contract also incorporates by reference FAR clause 52.236-10, OPERATIONS AND
    STORAGE AREAS (APR 1984), which requires CO approval to store materials,
    including temporary buildings, on government premises (R4, tab 1 at 450). Ms. Wilds
    and Mr. Burkhalter directed the request to store materials on site to Mr. Johnson and
    Mr. Waters shortly after award. Ms. Wilds described that meeting and the response
    they received as follows:
    [W]e explained that we were going to be getting truckloads
    of material in at the time, and we explained that we didn't
    have a semi truck and trailer to haul the materials down
    here, and we asked if we could rent one of those containers
    and put down here, a storage container and put down here.
    And Joey Waters looked around and said, We've got so
    much going on at all these buildings, there's not anywhere
    to put it.
    And he said, you know, We've got all the different
    contractors; the furniture movers are moving in and out.
    We can't get in their way. We've got the painting
    9
    contractors are out here. You know, there's just too much
    activity in the area for you all to sort materials here.
    And Jerry said, Well, you know, we're going to
    have to haul these back and to. And Joey said, Well, I
    understand that, but that's what's going to have to be done
    because we cannot allow you to store this. There's
    nowhere for you to go.
    (Tr. 2/36)
    19. Ms. Wilds also testified that, as a result of their request being denied, CBL
    was required to store the materials several miles 10 away at CBL's warehouse facility in
    Glennville, Georgia. This required having the materials delivered to the warehouse
    and then making several trips a day back and forth to Fort Stewart. This also
    necessitated acquiring a tractor-trailer truck, hiring a driver and locating an employee
    at the warehouse to transport the materials to Fort Stewart. (Tr. 2/36-37)
    
    ASBCA No. 58442
    : Access to Buildings: 629, 631, 632 and 633 11
    20. The barracks were referred to as "pinwheel barracks" because they were
    designed and constructed in a non-linear modular fashion with a courtyard surrounded
    by three to four towers. Each floor within the towers had an exterior landing with
    four rooms per landing. These landings were not enclosed at the time of this contract.
    (Tr. 2/84) CBL was required to remove the existing flooring in each room, dispose
    of the debris and then bring in the new materials to rooms to lay the new flooring.
    Ms. Wilds testified that CBL's bid strategy was to adapt a forklift to directly access the
    exterior landings on each floor, thereby reducing the labor required and expediting
    debris removal and delivery materials to the rooms. This approach was successfully
    used on every barracks except buildings 629, 631, 632, and 633. (Tr. 2/60-61)
    21. Ms. Wilds also testified there were many contractors simultaneously
    performing work on the barracks in the same areas where CBL was working. In most
    cases CBL was able to work around other contractors working in the same area except
    in the case of buildings 629 (TO 22), 631 (TO 32), 632 (TO 23) and 633 (TO 9) where
    another contractor (pipeline contractor) was renovating the high pressure water lines
    servicing the barracks. The pipeline contractor was staging equipment and materials
    in the area and had dug a series of trenches next to these buildings. Ms. Wilds
    estimated the trenches were approximately six to eight feet wide and eight to ten feet
    deep. (Tr. 2/59)
    10
    Glennville, Georgia, is approximately 25 miles from Fort Stewart.
    11
    This claim is also referred to as the Government Failure to Cooperate claim.
    10
    22. During her testimony, Ms. Wilds referred in detail to three maps to explain
    why CBL could not use a forklift to access the exterior landings because of the
    pipeline contractor (exs. G-1, A-1, A-2). 12 She explained that a main road ran in front
    of these barracks but the barracks were back from the road. However, a forklift could
    gain access to the buildings by entering one of the parking lots next to the buildings,
    jumping a curb and driving through a grassy area next to the building to access the
    landings. The only other option for direct access to the building was to use an access
    road that ran behind the buildings. (Tr. 2/57-59; ex. G-1) Ms. Wilds testified their
    forklift could only access building 629 from one of two parking lots because of the
    configuration of building. One parking lot was blocked because the pipeline
    contractor was using it as a staging area for its materials and equipment and the other
    lot was blocked by the work (trenches) being performed by the pipeline contractor. In
    the case of buildings 631, 632 and 633, Ms. Wilds testified that access to the buildings
    was blocked by the pipeline trenches because they completely surrounded the
    buildings. (Tr. 21117-19) As a result, CBL' s forklift could not access the landings in
    buildings 629, 631, 632, and 633 because of a combination of the layout of the
    barracks and the pipeline contractor working in the same area.
    23. The government relied solely upon the testimony of Mr. Carl Steen to
    refute Ms. Wilds' testimony. At the time of his testimony, Mr. Steen was the Chief of
    the Contract Construction Branch at Fort Stewart, responsible for all construction on
    the base (tr. 2/82). Mr. Steen testified that he was familiar with the buildings at issue
    and, using a current utilities map of the area (ex. G-1; R4, tab 284 ), opined whether
    CBL would have been prevented from accessing each building with a forklift.
    Mr. Steen testified that only one side of building 629 would have been blocked by
    excavation of the high-temperature water lines, that only a maximum of two sides of
    building 631 would have been blocked by excavation of the high-temperature water
    lines and only one side of building 632 would have been blocked by excavation of the
    high-temperature water lines. (Tr. 2/91-92)
    24. Although Mr. Steen testified as to facts and his opinions, Mr. Steen
    admitted that he was not present at Fort Stewart during the performance of this
    contract and was not involved with the project. In addition, he was not qualified as an
    expert witness by the government during the hearing. (Tr. 2/99-100, 102-03)
    Consequently, we disregard the opinions expressed by Mr. Steen. On the other hand,
    we find Ms. Wilds' testimony credible and find CBL was unable to access the
    buildings with their forklift because of the activities of the pipeline contractor.
    25. Ms. Wilds also testified that this issue was never directly raised to the CO
    but it was raised with Mr. Johnson and Mr. Waters. Both men came out to the site in
    response to notice of the problem to try and determine ifthere was another way to gain
    12
    Exhibit G-1 is a blow-up copy of Rule 4, tab 284.
    11
    access to the buildings. After inspecting the site, they could not find another point of
    access for the forklift. (Tr. 2178, 121-22) The government then told CBL, "just keep
    doing what [you are] doing, and try to get some more people so that we [can] speed it
    up, and let's finish and get out of [this] area, because we're bogged down" (tr. 2/122).
    As a result, CBL hired more people and was forced to hand carry debris out of the
    buildings and bring materials into the buildings by carrying them up the stairs in the
    buildings (tr. 2/120). The government did not attempt to refute Ms. Wilds' testimony
    on these points. Consequently, we find that CBL notified the government of their
    inability to gain access to the buildings with their forklift and was directed by the
    government to continue with the work manually and to hire more people to compensate
    in an attempt to speed up the work. Additionally, the government did not proffer any
    evidence of what, if any, actions the government took to try and prevent the pipeline
    contractor from interfering with CBL's performance. The final progress reports show
    the work on these buildings was completed by 10 December 2005 (R4, tabs 111, 153,
    162, 164). 13
    Payment Invoices and Releases
    26. CBL submitted a payment invoice for every TO at issue in the instant
    appeals (R4, tabs 97-98, 103, 108-09, 123-24, 195-209, 213, 218, 234-39). A TO was
    issued for all work on a specific building and the TO related to all work performed on
    the identified building. The contract included local clause 52.000-4005, INVOICE
    CONSTRUCTION (29 JUL 03) which states, in pertinent part, that the invoices should
    be submitted to an office at Fort Stewart and the "[i]nvoices shall cite the contract
    number, delivery/task order number (if applicable), contract line item/sub line item
    numbers, quantity, price and total amount of invoice. Contractor shall furnish the
    required certification/release JAW FAR 52.232-5 (c)/(h), 'Payments Under
    Fixed-Price Construction Contracts."' (R4, tab 1 at 443) Each invoice was forwarded
    for payment as part of a package that included two other documents, a general release
    and a certification (58331, tr. 1/152-53). Each of the documents, the invoice, the
    release and certification, were separate documents (58331, tr. 1/155). The certificate
    addressed two separate issues; it certified that the person signing the payment
    release was authorized to bind the company and provided a certification required
    by FAR 52.232-5(c) for any request for progress payments under a fixed-price
    construction contract. 14
    13
    Bldg. 629, 18 November 2005; Bldg. 631, 30 November 2005; 632, 26 November
    2005; and Bldg. 633, 10 December 2005.
    14
    FAR clause 52.232-5(c) requires a certification that: "(1) The amounts requested
    are only for performance in accordance with the specifications, terms, and
    conditions of the contract; (2) All payments due to subcontractors and suppliers
    from previous payments received under the contract have been made, and
    timely payments will be made from the proceeds of the payment covered by
    12
    27. The general release was required by FAR 52.232-5(h)(3) that states in
    pertinent part that a request for final payment must include a, "release of all claims
    against the Government arising by virtue of this contract, other than claims, in stated
    amounts, that the Contractor has specifically excepted from the operation of the
    release." The payment invoice form includes a statement that a "'Contractor's
    Release' statement MUST be completed before FINAL PAYMENT under this
    contract will be made." In fact, each final payment invoice submitted by CBL
    included an attached general final payment release of claims (payment release) that
    stated it was the "CONTRACTOR'S RELEASE STATEMENT UNDER
    CONTRACT: W9124M05D0014." (R4, tab 218 at 1, 4) The language of each
    general release followed the same form:
    In consideration of the premise and the sum of
    $                lawful money of the United States of
    America (hereinafter called the "Government")
    $                   of which has already been paid and
    $                         of which is to be paid by the
    Government under the above-referenced contract, the
    undersigned Contractor does, and by the receipt of said
    sum, shall for itself, its successors and assigns, remise,
    release and forever discharge the Government, its officers,
    agents, and employees, of and from all liabilities,
    obligations, and claims whatsoever in law and in equity
    under or arising out of said contract.
    (Id. at 4)
    28. Ms. Wilds prepared all the invoice documents for Ms. Brown's signature.
    She explained that all her previous experience with contracts at Fort Steward involved
    payment by submitting a company invoice, most being paid by government credit card
    because of the low dollar value of the contracts. Consequently, this was her first
    experience preparing and submitting invoices to the Defense Finance and Accounting
    Service (DFAS) and she was not familiar with the forms. (58331, tr. 1147; 58432,
    tr. 2/157-58) Because of her unfamiliarity with the required forms, Ms. Wilds worked
    closely with Mr. Johnson on all the invoices and payment releases were submitted as
    instructed by Mr. Johnson (58331, tr. 1/47).
    this certification, in accordance with subcontract agreements and the
    requirements of chapter 39 of Title 31, United States Code; and (3) This request
    for progress payments does not include any amounts which the prime contractor
    intends to withhold or retain from a subcontractor or supplier in accordance
    with the terms and conditions of the subcontract."
    13
    29. Ms. Wilds testified that the first invoice she prepared did not include the
    release form or certification and was rejected; Mr. Johnson told her they had to be
    included for the invoice to be paid (58331, tr. 1146; 58432, tr. 2/168). She also
    explained why all invoices were labeled "final" despite the fact the first seven invoices
    filed were for interim payment, not final payment, indicating a remaining balance due
    after payment (R4, tabs 97-98, 103, 108-09, 123-24). 15 These, she explained, were
    paid and labeled final but showed a remaining balance because they were actually
    interim payments to provide the contractor money because of financial strain on cash
    flow (tr. 11125-26, 131). These invoices were submitted in late 2005, with the last
    two, buildings 632 and 633 being submitted on 30 December 2005 (R4, tabs 97-98,
    103, 108-09, 123-24). All the remaining invoices, except TO 33 (Bldg. 280) were
    submitted in January and February 2006 (R4, tabs 195-209, 213, 218, 234-39).
    Ms. Wilds explained that all invoices were labeled final because of specific direction
    from Mr. Johnson that the billings must be designated as "final" or they would not be
    processed for payment (58331, tr. 1172-73).
    30. All payment release documents submitted under the reset project, at issue
    in this appeal, referenced the overall ID/IQ contract but not a specific associated TO.
    Although not part of this claim, the record indicates the first invoice submitted for
    payment under the contract on the reset project was for carpet installation in Building
    1129 at Hunter Airfield, which lists both the contract and the associated TO (R4,
    tab 40). Ms. Wilds' unrebutted testimony indicates she was instructed to include the
    contract number by Mr. Johnson (58331, tr. 1148-49).
    31. Ms. Austin testified that she prepared the Rule 4 file and that the final
    payment invoices and payment releases were placed in the Rule 4 file as they were
    found in the contract files (58331, tr. 11170-71). She explained that although the
    invoices and payment releases were photocopied together for the Rule 4 file, they were
    separate stand-alone documents (tr. 11148). Ms. Austin testified that the only way to
    identify which specific TO was associated with a particular payment release was by
    the dollar amounts stated on the TO but conceded it is possible there could be amounts
    on invoices that are identical (58331, tr. 1/154-55; 58432, tr. 1/160). All the amounts
    stated in the releases correlated to the amounts invoiced for each TO with the
    exception of TO 6 (Bldg. 717), where no amount was stated (R4, tab 97). In ad~ition,
    the final payment invoices and payment releases submitted for TOs 25 and 27 reflect
    identical amounts invoiced (R4, tabs 108-09). Ms. Austin did not testify directly about
    her understanding of the effect of all the releases; she was only asked about a specific
    release associated with TO 0003, which she considered to be the final release of claims
    for that TO (58331, tr. 11144-45).
    15
    The record does not include an invoice filed by CBL for the remaining balance
    indicated on these initial invoices.
    14
    32. All payment releases at issue were executed by Ms. Brown, as CBL's
    president, and Ms. Wilds, 16 as witness to Ms. Brown's signature. Upon review of the
    language contained in the releases, Ms. Brown testified that her reading of the
    document indicated that "once I signed this, this is what they pay me, and the
    Government doesn't owe me anything else" (tr. 11205). However, later when asked if
    it was her understanding at the time of signing the release whether she was releasing
    any claims, she stated, "No, sir. I was under the impression that they were partial
    payments." (Tr. 11211) Ms. Brown also testified that while she never intended to
    release claims on any of the TOs, that she did not "necessarily go through reading" the
    releases before she signed them "if Tammy [Ms. Wilds] said, This is an invoice we
    need to sign, I glanced over it, looked at the amount, and signed" (id.). Ms. Brown
    further testified that she never asked the government any questions regarding the
    releases, "except to find out what it was" (tr. 11213). Ms. Wilds also testified that she
    was aware of the release language but only considered the requests for payment to be
    submittals for progress payments, not a release of all claims that might be due CBL
    (58331, tr. 1/51).
    33. Mr. Johnson's testimony confirmed that as the ordering officer he was
    responsible for ensuring CBL submitted invoices for final payment, to review the
    invoices to ensure the work invoiced was complete, and to forward to DF AS to make
    sure CBL was paid. He also did not consider the final payment paperwork to release
    any claims but to be a payment mechanism. (58331, tr. 2/144-45) Although each final
    payment invoice was signed by Mr. Johnson as checked for administrative
    compliance, each was authorized for payment by the CO (R4, tabs 97-98, 103, 108-09,
    123-24, 195-209, 213, 218, 234-39). 17
    Modification Releases
    34. The government issued written modifications to the TOs as work
    progressed. The modifications generally fell into three categories: added work to be
    performed; were administrative in nature (e.g., corrected mistakes, added or subtracted
    funds etc.); or partially terminated the TOs to reconcile the contract record with the
    work actually performed.
    35. Between 21-28 September 2005 all the TOs were modified to incorporate
    additional work (R4, tabs 60-62, 64-88, 90-93 ). The additional work included such
    items as, installing skim coat on the floors and removing existing items and replacing
    them, such as gypsum wall board, insulation, deteriorated metal framing, and wood.
    In addition, each modification included a time extension to accommodate the
    16
    Ms. Wilds signed the release documents as Ms. Tammy Price, her name at the time.
    17   Four of the first seven invoices filed were authorized for payment by Mr. Jerry Cox
    (R4, tabs 97-98, 108-09). The remainder were authorized by Ms. Austin.
    15
    additional work. Each of the modifications adding additional work included a release,
    stating:
    Release of claims: In consideration of the modification
    agreed to herein as completed and equitable adjustments
    for the additional work required above, the contractor
    hereby releases the government from any and all liability
    under this contract for further equitable adjustment
    attributable to such facts or circumstances giving rise to the
    aforesaid changes without exception.
    (Id.)
    36. Performance of the work on all TOs was essentially completed by
    30 November 2005. Between 25 January and 20 April 2006 modifications were issued
    to reconcile the contract records with the work actually completed on all the TOs
    except TO 0009 (R4, tabs 78-88, 90-93, 96, 110, 181-94, 210-12, 214-17, 241, 250,
    256). These modifications were no cost partial terminations of the work under the
    TOs adjusting the quantities and funds associated with each TO. Each of these
    modifications included a release, stating:
    Release of claims: In consideration of the modification
    agreed to herein as completed and equitable adjustments
    for the termination required above, the contractor hereby
    releases the government from any and all liability under
    this contract for further equitable adjustment attributable to
    such facts or circumstances giving rise to the aforesaid
    changes without exception.
    (Id.)
    CBL 's Claims
    37. Although the exact time is unclear, Ms. Wilds testified that throughout
    performance CBL would complain to Mr. Johnson and Mr. Waters about the three
    issues that gave rise to these appeals and they were assured by them that it would be
    addressed at the end of the contract (tr. 2/163-64). Ms. Austin testified she was not
    aware of possible claims until 6 October 2005 during a meeting held to discuss various
    issues (tr. 1/109; R4, tabs 100-01). CBL informed Ms. Austin by letter on 3 January
    2006 of its intention to file a claim under the contract but no specific issues were
    identified (R4, tab 125). It was not until 9 August 2011 that CBL filed a request for
    equitable adjustment (REA) asserting 17 claims totaling $1,461,913.20 and including a
    CDA certification (R4, tab 257). Among the claims were the three at issue in the
    16
    instant appeal: CBL sought $399,728 arising from the government's alleged reduction
    in the number of days allowed under the contract to complete required work under
    individual TOs (Acceleration Claim) (id. at 21-22); $81, 718.80 associated with the
    transport and storage of floor coverings (Transportation and Storage Claim) (id. at
    43-45); and $111,893 .40 for extra costs incurred as a result of alleged interference by
    the government's pipeline contractor (Access to Buildings Claim) (id. at 45-49).
    Contracting Officer's Final Decision (COFD)
    38. Ms. Austin responded to CBL's claim with a COFD on 13 August 2012,
    denying CBL's claim in its entirety based upon the fact CBL had requested final
    payment on all TOs, with an executed final release included with each request, and
    that, "[n]o proposal by the Contractor for an equitable adjustment shall be allowed if
    asserted after final payment under this contract" (R4, tab 258 at 1).
    39. CBL filed its notice of appeal by letter dated 17 September 2012 and
    was initially docketed as 
    ASBCA No. 58331
    . CBL's complaint identified 17 factually
    distinct claims. Accordingly, all claims were assigned discrete appeal numbers but
    consolidated under 
    ASBCA No. 58331
     as ASBCA Nos. 58331, 58429-58444. On
    11 February 2013, CBL elected to proceed under Board Rule 12.2, Small Claims
    (Expedited) procedure, on all appeals except ASBCA Nos. 58432, 58441 and 58442.
    A hearing was held on the expedited appeals on 6 and 7 May 2013 and a decision
    rendered on 14 June 2013 (
    ASBCA No. 58331
     et al.). The remaining three appeals are
    addressed in this decision.
    DECISION
    Do the Payment Releases Bar Appellant's Claims?
    The government argues appellant invoiced for final payment on all 31 TOs and each
    submittal included a general release, executed by CBL, and as a result all outstanding
    claims under the 31 TOs are barred by release (gov't br. at 1). Our findings establish
    appellant invoiced for payment on all 31 TOs and each submittal included a general release.
    However, seven of the invoices, submitted from 3 October 2005 through 30 December
    2005, were not requests for final payment (findings 26, 29).
    A release is a contract whereby a party abandons a claim or relinquishes a right
    that could be asserted against another and must be interpreted in the same manner as
    any other contract term or provision. Consequently, our examination begins with the
    plain language of the payment releases to determine the intent of the parties and
    extrinsic or parol evidence of the parties' intent may only be examined ifthe plain
    language of the release is ambiguous. Bell BC! Co. v. United States, 
    570 F.3d 1337
    ,
    1341 (Fed. Cir. 2009).
    17
    Although the parties assert the plain language of the release documents are
    unambiguous, they differ in their interpretation of the scope of the releases. The
    government argues that each release is a part of the payment submittal and, if viewed
    within the context of all the documents within the invoice package, unambiguously
    evidences an intent to release any claims associated with the TO referenced in the
    payment invoice. As a result, the government interprets the language of the releases
    that refers to all claims "under or arising out of said contract" to refer to the TO not the
    basic contract. (Gov't reply br. at 5) In the alternative, the government argues that if
    the term "contract" in the phrase "under or arising out of said contract" only refers to
    the basic contract, such language is broad enough to encompass TOs as "under or
    arising out of' the basic contract. Consequently, execution of any one of the releases
    would preclude appellant from entitlement on any of its claims. (Id. at 8 n.4)
    Appellant also argues that the language of the releases are unambiguous; they
    only reference the basic contract with no mention of a TO (app. reply br. at 18). In
    other words, appellant interprets the phrase "under or arising out of said contract" to
    refer to the only contract referenced, i.e., the basic contract. In support of this
    interpretation, appellant distinguishes between claims involving issues under the said
    basic contract and those relating to issues under the TOs:
    Appellant was additionally convinced -- and
    remains convinced -- that none of its original claims and/or
    its remaining claims addressed issues arising out of the
    IDIQ Base Contract. Rather, Appellant's claims arose
    from the work and effort expended in performance of
    individual Task Orders.
    In large measure the IDIQ Base Contract was the
    Unit Price Schedule establishing unit prices applying to the
    various categories of Task Order work. Given the
    complete absence of any claims relating to the IDIQ
    Base Contract, i.e., claims relating to unit prices, audit
    issues, funding, and/or other administrative matters or
    details, Appellant was willing to execute and submit a
    "Contractor's Release Statement Under Contract
    No. W9124M05D0014," i.e. the IDIQ Base Contract,
    consistent with the format demanded by the Government at
    the direction of Mr. Johnson. Indeed, matters and concerns
    arising from the IDIQ Base Contract simply were not
    issues for claim. Appellant was therefore able to comply
    with the Government's insistence on the inclusion of a
    Contractor's Release Statement of the IDIQ Base Contract
    with each Task Order invoice submitted for payment while
    18
    still retaining its right to make claims for additional work
    under those existing Task Orders.
    (App. reply hr. at 20-21) (Citations omitted)
    Appellant also argues that the TOs are separate documents and, therefore, are
    extrinsic evidence that may not be used to interpret the unambiguous releases (app.
    reply hr. at 19). Likewise, appellant rejects the government's argument that the release
    document should be interpreted within the context of the total invoice submittal
    packages noting that the release document is a stand-alone document and to consider
    the related documents would be to impermissibly consider extrinsic evidence to
    interpret an unambiguous document (id.).
    The evidence supports appellant's position that our examination should be
    focused upon the releases as stand-alone documents and contradicts one of the
    government's proposed interpretations of the release language. Each payment request
    included three separate documents, the invoice, the contractor's release and a
    certification that the signatory possessed the authority to bind the company by the
    release and progress payment representations (finding 26). Although these documents
    were prepared and submitted together as a package, the CO's uncontroverted
    testimony established each document was a stand-alone document and there was no
    way to identify the release associated with the other documents in the package without
    correlating the amount listed in the release with an associated invoice. She also stated
    that it is possible some TOs might include identical amounts, which is the case in at
    least two of the TOs. (Finding 31)
    Contrary to both parties' arguments, we conclude the releases are ambiguous.
    Examination of the release documents in isolation reveals their scope is ambiguous.
    The releases state in pertinent part that,
    [T]he undersigned Contractor does, and by the receipt of
    said sum, shall for itself, its successors and assigns, remise,
    release and forever discharge the Government, its officers,
    agents, and employees, of and from all liabilities,
    obligations, and claims whatsoever in law and in equity
    under or arising out of said contract.
    (Finding 27) The only contract identified on the face of the release is the basic
    contract (finding 30). The parties have proposed two different interpretations of the
    scope of the phrase "under or arising out of said contract" (included in each release)
    that are within the zone of reasonableness given a plain reading of the language.
    States Roofing Corp. v. Winter, 
    587 F.3d 1364
    , 1369 (Fed. Cir. 2009). If a contract is
    susceptible to more than one reasonable interpretation, as here, it is ambiguous. Hills
    19
    Materials Co. v. Rice, 
    982 F.2d 514
    , 516 (Fed. Cir. 1992). Given the release language
    is ambiguous we examine the extrinsic evidence to ascertain the parties' intent. Bell
    BC!, 570 F .3d at 1341.
    Our examination of the evidence leads us to reject appellant's argument that the
    releases were intended to only release the contract, not the work performed under the
    TOs (app. br. at 11-18). Instead, we conclude the 31 release documents were filled out
    and executed for submittal with an invoice for payment on each TO as found in the
    record based upon both Ms. Austin's testimony related to how she prepared the Rule 4
    file and Ms. Wilds' testimony related to how she prepared and submitted the invoices
    and attached documents for payment (findings 28-31 ).
    As a rule, a general release, whether associated with final payment or not,
    which is not qualified on its face, bars any claims based upon events occurring before
    execution of the release. Mingus Constructors, Inc. v. United States, 
    812 F.2d 1387
    (Fed. Cir. 1987). Appellant responds that release is an affirmative defense and, in this
    instance, the government has "failed in its burden" in proving the general releases
    were knowingly and intentionally executed to relinquish CBL' s rights to outstanding
    claims related to work under the TOs (app. supp. br. at 9-10). We conclude the
    government has met its burden of showing a prima facie case of release. The
    government has established that appellant executed unqualified releases in relation to
    every TO. Additionally, our findings confirm the contract provided notice to appellant
    that it could specifically reserve any claims from the general release (finding 27).
    Despite this, appellant's execution of the releases were unqualified, i.e., there was no
    express reservation of claims. Consequently, the burden shifts to appellant of proving
    any exceptions to release and exceptions to release are strictly construed against the
    contractor. Mingus, 
    812 F.2d at 1394
    . Exceptions to release include: fraud, mutual
    mistake; economic duress, Rumsfeld v. Freedom NY, Inc., 
    329 F.3d 1320
    , 1329 (Fed.
    Cir. 2003) and, consideration of a claim after execution of the release. Konitz
    Contracting, Inc., 
    ASBCA No. 53433
    , 02-1BCA,-r31,845at157,364 (citing JG.
    Watts Construction Co. v. United States, 
    161 Ct. Cl. 801
    , 807 (1963)). There is no
    evidence in the record to support the exceptions of fraud, mutual mistake, economic
    duress or consideration of any claims after execution of the release.
    Appellant argues in its supplemental brief, in the alternative, that the releases are
    ambiguous and consideration of the extrinsic evidence establishes that, "the intent of the
    Parties was to get the Appellant paid" and there was no "intent whatsoever to effect
    releases of claims" (app. supp. br. at 6). We understand appellant's argument to raise the
    issue of the existence of evidence of a pre-release understanding of reservation of claims.
    We have recognized that a release might not be binding where the conduct of one party
    led the other party to believe its claims would be considered after execution of a release.
    JDV Construction Inc., 
    ASBCA No. 37937
    , 89-3 BCA ,-r 22,012 at 110,665; Able
    Products Co., 
    ASBCA No. 24221
    , 80-2 BCA ,-r 14,733 at 72,693 (government oral
    20
    assurance claim would be processed after release was signed) (citing Julius Goldman 's
    Egg City v. United States, 
    556 F.2d 1096
     (Ct. Cl. 1977)). However, this exception
    requires that specific identifiable claims exist prior to execution of the release and that
    some conduct on the part of the government leads the contractor to believe its claims will
    be considered after execution of the release. Neither of these two prerequisites exist in
    the record of the instant appeals.
    Reservation of a claim does not require the existence of a perfected claim but it
    does require more than a lone statement of intent to assert a claim. Mingus, 
    812 F.2d at 1394-95
    . Appellant proffered evidence that when appellant questioned the
    government during performance about the actions forming the basis of these appeals,
    Mr. Johnson and Mr. Waters responded that the work had to be completed and these
    issues would be addressed at the end of the contract (finding 37). The CO testified
    that the first time she became aware there might be any claims was at the 6 October
    2005 meeting but no specific claims were identified at that time. Appellant's only
    express notice that it intended to file any claims was its January 2006 letter. However,
    that letter only stated an intent to file claims, there were no specifics regarding the
    potential claims. (Finding 37) The fact that Mr. Johnson and Mr. Waters may have
    suspected appellant might file claims or the notice to the CO of appellant's "intent" to
    file claims are not specific enough to meet the legal standard to preserve appellant's
    claims after executing the releases.
    Additionally, even ifthere were an existing claim prior to executing the
    releases, appellant has also failed to carry its burden to prove conduct by the
    government that would lead appellant to reasonably conclude its future claims would
    not be barred by execution of the releases. Our findings estaplish that appellant,
    Ms. Brown and Ms. Wilds, did not intend the releases to bar its claims but instead
    considered the release a necessary step in obtaining payment (finding 32). Clearly, a
    pre-release understanding cannot be based upon a contractor's intent alone. Mingus,
    
    812 F.2d at 1394-95
    . There must be some action on the part of the government, either
    express or implied, to lead appellant to believe its claims will not be extinguished by
    execution of the general release. JDV Construction, 89-3 BCA ii 22,012; Able
    Products, 80-2 BCA ii 14,733. Although ambiguous, there is some evidence that the
    government employee that directed appellant in preparing and submitting the invoices
    also did not consider the releases to bar future claims; Mr. Johnson's testimony could
    be construed to support the view that he did not consider the releases to bar claims but
    instead saw them only as a payment mechanism (finding 33). Assuming arguendo that
    was the case, it still does not support the conclusion that there was a pre-release
    understanding between the parties. There is no evidence Mr. Johnson's beliefs were
    ever communicated to appellant or that there were any other actions taken by the
    government that would lead appellant to reasonably conclude its claims would not be
    barred by the release.
    21
    Therefore, we conclude appellant has failed to prove there was a pre-release
    understanding between the parties excepting its claims from the general releases.
    Appellant points out and our findings establish that 7 of the 30 payment
    invoices were not final payment invoices but were requests for interim payment (app.
    br. at 7-9, 18-20; finding 29). This fact, whether the invoices were submitted for
    interim or final payment, does not change the result in these appeals. Each of the
    interim payment invoices contained a general unqualified release, which would have
    released the government from all claims arising before execution of the release
    (findings 26, 29). The facts giving rise to both appellant's acceleration claim (
    ASBCA No. 58432
    ) and transportation and storage claim (
    ASBCA No. 58441
    ) arose early in
    performance of the TOs. Consequently, both claims would fall within the scope of the
    general releases and, thus be barred. Regarding the access to buildings claim (
    ASBCA No. 58442
    ), only two of the interim invoices are associated with this appeal, TO 9
    (Bldg. 633) and TO 23 (Bldg. 632) (finding 29). The facts giving rise to this appeal
    continued throughout performance at these buildings. However, the record indicates
    the releases associated with these two invoices were executed on 30 December 2005,
    after completion of work on the buildings (findings 26, 29). Consequently, any claims
    would be barred by the releases accompanying the invoices for payment.
    CONCLUSION
    For the reasons stated, these appeals are denied.
    Dated: 1 March 2016
    Administrative Judge
    Armed Services Board
    of Contract Appeals
    I concur
    Administrative Judge                            Administrative Judge
    Acting Chairman                                 Vice Chairman
    Armed Services Board                            Armed Services Board
    of Contract Appeals                             of Contract Appeals
    22
    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. 58432, 58441, 58442,
    Appeals of Clean by Lucy, Inc., rendered in conformance with the Board's Charter.
    Dated:
    JEFFREY D. GARDIN
    Recorder, Armed Services
    Board of Contract Appeals
    23