Ce diaporama a bien été signalé.
Le téléchargement de votre SlideShare est en cours. ×

Project Performance Evaluations

Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
Publicité
FOR OFFICIAL USE ONLY (WHEN COMPLETED)
                                                                                   ...
FOR OFFICIAL USE ONLY (WHEN COMPLETED)
                                                                                   ...
FOR OFFICIAL USE ONLY (WHEN COMPLETED)
                                                                           CONTRACT...
Publicité
Publicité
Publicité

Consultez-les par la suite

1 sur 18 Publicité

Plus De Contenu Connexe

Plus récents (20)

Publicité

Project Performance Evaluations

  1. 1. FOR OFFICIAL USE ONLY (WHEN COMPLETED) 1. CONTRACT NUMBER PERFORMANCE EVALUATION W9127N12C0005 NA (CONSTRUCTION) 2. DUNS NUMBER 060693512 IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse. PART I - GENERAL CONTRACT DATA 3. TYPE OF EVALUATION (X one) 4. TERMINATED FOR DEFAULT INTERIM (List Percentage ________%) FINAL AMENDED X 5. CONTRACTOR(Name, Address, and ZIP code) 6.a. PROCUREMENT METHOD (X one) J.E. MCAMIS, INC. SEALED BID NEGOTIATED 45 JAN COURT, SUITE 160 X CHICO b. TYPE OF CONTRACT (X one) CA 95928 X FIRM FIXED PRICE COST REIMBURSEMENT NAICS Code: 237990 OTHER (Specify) 7. DESCRIPTION AND LOCATION OF WORK Bonneville Lock and Dam Spillway Stilling Basin Rock Removal, Multnomah County, Oregon Bonneville Lock & Dam Removal and disposal of approximately 500 CY of rock from the concrete ogee sections and from the midst of the concrete baffle blocks on the spillway tailrace apron. Gradation varied from half inch pebbles to five foot boulders. 8. TYPE AND PERCENT OF SUBCONTRACTING 9% Diving Service a.AMOUNT OF BASIC b.TOTAL AMOUNT OF c.LIQUIDATED d.NET AMOUNT PAID 9. FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $770,294 $59,944 $0 $806,336 a.DATE OF AWARD b.ORIGINAL CONTRACT c.REVISED CONTRACT d.DATE WORK 10. SIGNIFICANT`` DATES COMPLETION DATE COMPLETION DATE ACCEPTED 02/06/2012 03/31/2012 03/31/2012 03/08/2012 PART II - PERFORMANCE EVALUATION OF CONTRACTOR 11. OVERALL RATING (X appropriate block) X OUTSTANDING ABOVE AVERAGE SATISFACTORY MARGINAL UNSATISFACTORY (Explain in item 20 on reverse) 12. EVALUATED BY a. ORGANIZATION ((Name and Address (Include Zip Code)) b. TELEPHONE NUMBER (Include Area Code) U.S. ARMY CORPS OF ENGINEERS - OFFICE PORTLAND 971-227-1724 DISTRICT c. NAME AND TITLE d. SIGNATURE e. DATE JOHN D. CANNON ENGINEERING TECH 13. EVALUATION REVIEWED BY a. ORGANIZATION ((Name and Address (Include Zip Code)) b. TELEPHONE NUMBER (Include Area Code) c. NAME AND TITLE d. SIGNATURE e. DATE 14. AGENCY USE (Distribution, etc.) DD FORM 2626, JUN 94 USAPPC V1.01 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 6/94
  2. 2. FOR OFFICIAL USE ONLY (WHEN COMPLETED) CONTRACT NUMBER PART III - EVALUATION OF PERFORMANCE ELEMENTS W9127N12C0005 NA N/A = NOT APPLICABLE O = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY 15.QUALITY CONTROL N/A O A S M U 16.EFFECTIVENESS OF MANAGEMENT N/A O A S M U a. QUALITY OF WORKMANSHIP X a. COOPERATION AND RESPONSIVENESS X b. ADEQUACY OF THE CQC PLAN X b. MANAGEMENT OF RESOURCES / c. IMPLEMENTATION OF THE CQC X PERSONNEL X PLAN c. COORDINATION AND CONTROL OF d. QUALITY OF QC X SUBCONTRACTORS X DOCUMENTATION d. ADEQUACY OF SITE CLEAN-UP X e. STORAGE OF MATERIALS X e. EFFECTIVENESS OF JOB-SITE f. ADEQUACY OF MATERIALS X SUPERVISION X g. ADEQUACY OF SUBMITTALS X f. COMPLIANCE WITH LAWS AND h. ADEQUACY OF QC TESTING X REGULATIONS X i. ADEQUACY OF AS-BUILTS X g. PROFESSIONAL CONDUCT X j. USE OF SPECIFIED MATERIALS X h. REVIEW/RESOLUTION OF k. IDENTIFICATION / CORRECTION X SUBCONTRACTOR'S ISSUES X OF DEFICIENT WORK IN A TIMELY i. IMPLEMENTATION OF MANNER SUBCONTRACTING PLAN X 17.TIMELY PERFORMANCE 18.COMPLIANCE WITH LABOR a. ADEQUACY OF INITIAL PROGRESS X STANDARDS SCHEDULE a. CORRECTION OF NOTED DEFICIENCIES X b. ADHERENCE TO APPROVED X b. PAYROLLS PROPERLY COMPLETED SCHEDULE AND SUBMITTED X c. RESOLUTION OF DELAYS X c. COMPLIANCE WITH LABOR LAWS d. SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC ATTENTION OF THE DAVIS-BACON DOCUMENTATION X ACT AND EEO REQUIREMENTS e. COMPLETION OF PUNCHLIST X 19.COMPLIANCE WITH SAFETY ITEMS STANDARDS f. SUBMISSION OF UPDATED AND X a. ADEQUACY OF SAFETY PLAN X REVISED PROGRESS SCHEDULES b. IMPLEMENTATION OF SAFETY PLAN X g. WARRANTY RESPONSE X c. CORRECTION OF NOTED DEFICIENCIES X 20.REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in determining the contractor's responsibility. Continue on separate sheet(s), if needed.) EVALUATOR REMARKS: Quality of Workmanship: The contractor's workmanship was excellent. All work was performed in a thorough and careful manner. Although the contract allowed all material 3 inches or smaller to remain, all material down to -inch gravel size was removed; this significantly improved the efficiency of their operation and reduced future exposure to the concrete structure. Adequacy of the CQC Plan: exceeded contract requirements; only minor corrections were necessary after the initial submission. Adequacy of Submittals: The CQC plan like other submittals was very well organized, presented in clear, concise, easy to follow packages requiring little or no corrections; they demonstrated McAmis thoroughly understood the contract requirements and addressed all aspects of work effectively. Adequacy of QC testing: A final 'walk-through' was conducted in each spill bay to verify everything larger than 3 inches had been removed. The Contractor and the diving crew ensured that each bay was cleared in accordance with the contract prior to asking the Government for a final inspection; no final inspections needed to be re-done. Identification/Correction of Deficient Work in a Timely Manner: If a deficiency was noted, the contractor's project manager, safety officer and QC staff made corrections quickly and without any hesitation. They were very proactive during the entire contract. Cooperation and Responsiveness: All members of the contractor's staff were cooperative and responsive to the Corps of Engineers. Their Project Manager was readily available 24/7. The CE's Hazardous Energy Control Program lock-out system was being implemented at the same time site work began. The unique challenges in meeting the CE's protocols for the lock-out system as applied to floating plant and dive operations was a success due in large part to the professional and proactive manner in which the contractor conducted themselves in complying with the new system. Management of Resources/Personnel: J.E. McAmis exhibited excellent resource management. Adequate numbers of appropriately skilled personnel were assigned to efficiently execute the work; and equipment was maintained in top condition to eliminate breakdowns during the critical work window. They utilized very competent and diligent employees and subcontractors and quickly addressed any performance issues with their employees. This contract had a very short work window prior to spill season at Bonneville Dam; McAmis managed all resources and personnel to ensure the job was completed early and above expectations. DD FORM 2626, JUN 94
  3. 3. FOR OFFICIAL USE ONLY (WHEN COMPLETED) CONTRACT NUMBER PART III - EVALUATION OF PERFORMANCE ELEMENTS W9127N12C0005 NA Coordination and Control of Subcontractors: The contractor insured their subcontractors did not circumvent the established line of communications. The subcontractors reported to the prime contractor's QC staff; any subcontractor deficiencies were quickly corrected. McAmis' diving subcontractor, Cascade Diving, was very professional; they worked together as a well organized and efficient team which ensured that the contract was completed ahead of schedule. Adequacy of Site Clean-Up: J.E. McAmis maintained a very clean work-site including spotless floating plant equipment. The contractor's diligence in this area was a contributing factor to the contractor's excellent safety and environmental record on this project. Effectiveness of Job-Site Supervision: The job-site supervision by the contractor was maintained by the project manager, the QC manager, the job superintendent and the safety officer. The constant coordination among these individuals resulted in excellent job-site supervision. Having the project manager, safety officer and QC manager on-site every day throughout the course of project insured that the contract specifications were met with no recordable incidents or accidents. Compliance with Laws and Regulations: All contractor and subcontractors worked diligently to ensure all laws and regulations were met. Contractor and sub-contractor held daily meetings on the crew boat prior to the start of work to ensure that all everyone on the team (prime and sub) was on the same page. Review/Resolution of subcontracting issues: Having the Project manager and the Dive Supervisor on board daily, ensured there were no subcontractor issues. All communications between McAmis and Cascade diving were done professionally and daily. Adequacy of initial progress schedule: McAmis submitted a schedule that exceeds the contract requirements. The schedule showed all work activities in adequate detail prior to the start of work to demonstrate the work could be done within the work window allowed, utilizing the crews and equipment they had proposed. Resolution of delays: J.E. McAmis project manager and QC manager worked diligently to ensure their schedule and sub contractors schedule stayed on track 7 days a week. Additional rock was found in two bays; McAmis was able to adjust their work schedule to accommodate removal of the added rock as well as accommodate work by other contractors in the project work area. With work area adjustments and additional rock removal, they still completed all work 3 weeks ahead of schedule. Submission of required documentation: Contractor submitted all required safety, diving and other contract required documentation ahead of schedule and complete the first time. Completion of punch list items: J.E. McAmis was very willing and quick to respond to all safety deficiencies and work area cleanup that was required by contract. Submission of updated and revised progress schedule: This contract was completed in 10 days, during this quick contract the contractor kept Government personnel updated daily (at times hourly). With another contractor working within the same area at the same time, the schedule was changing daily and the contractor updated daily to ensure contract compliance. Adequacy of Safety Plan: The safety plan was thorough and complete. The contractor carefully developed a plan that would prevent accidents, and provide quick response in the event of an accident. Implementation of Safety Plan: Safety was fully supported from top management down to all crew and sub-contractors; a critical factor in implementing a successful safety program. The Contractor always talked safety first, then production. They continually updated their safety program to ensure safety on the project, and the safety record shows this; the contract was 12 hour/day, 7 day/week without any recordable incidents. Correction of noted deficiencies: All safety deficiencies and concerns that were brought up on site were corrected immediately.] DD FORM 2626, JUN 94
  4. 4. - FOR OFFICIAL USE ONLY J SOURCE SELECTION INFORMATION SEE FAR 2 101 and 3.104 1. CONTRACT NUMBER W9127N09C0026 PERFORMANCE EVALUA1"ION (CONSTRUCTION) 2. CEC NUMBER 060693512 IMPORTANT: Be sure to complete Part III • Evaluation of Performance Elements on reverse. PART I • GENERAL CONTRACT DATA M E OF EVALUATION (X one) nRMINATED FOR DEFAULT INTERIM (Ust percentage 1Qg %) 5. CONTRACTOR (Name, Address, and ZIP Code) rxlFINAL I I AMENDED 6.a. PROCUREMENT METHOD (X one) J.E. MCAMIS, INC. 621 COUNTRY DRIVE CHICO !xl SEALED BID ..e-J NEGOTIATED CA 95928 USA NAICS Code: 237990 M b. TYPE OF CONTRACT (X one) FIRM FIXED PRICE OTHER (Specify) [=:J COST REIMBURSEMENT 7. DESCRIPTION AND LOCATION OFWORK Columbia River Channel Improvrnents (CRCI) Columbia River, Rock Removal 2009 Columbia River, Columbia County, Saint Helens, OR And Clark County, Cowlitz County, WA Columbia River, Columbia County, Saint Helens, OR and Clark 8. TYPE AND PERCENT OF SUBCONTRACTING 29% Dredging 8% Specialities 9. FISCAL DATA ... a. AMOUNT OF BASIC CONTRACT $54,175,699 b. TOTAL AMOUNT OF MODIFICATIONS $2,292,261 c. UQUIDATED DAMAGES ASSESSED d. NET AMOUNT PAID CONTRACTOR $56,216,718 10. SIGNIFICANT DATES ... a. DATE OF AWARD 07/16/2009 b. ORIGINAL CONTRACT COMPLETION DATE 12/31/2010 c. REVISED CONTRACT COMPLETION DATE 12/31/2010 d. DATEWORK ACCEPTED 11/03/2010 PART 11- PERFORMANCE EVALUATION OF CONTRACTOR 12. EVALUATED BY n 11. OVERALL RATING (X appropriate block) ~ OUTSTANDING ABOVE AVERAGE n SATISFACTORY n MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse) a. ORGANIZATION {Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area Code) : CORPS OF ENGINEERS 206-595-5338 c. NAME ANDTIT1.E d. SIGNATURE e. DATE JONES SIDNEY //Electronically Signed!! RESIDENT ENGINEER 12/28/2010 13. EVALUATION REVIEWED BY a. ORGANIZATION {Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area Code) USACE, PORTLAND 503-492-3570, x222 c. NAME AND TITLE d. SIGNATURE e. DATE J. REED MCDOWELL !/Electronically Signed!! ADMINISTRATIVE CONTRACTING OFFICER 01/14/2011 14. AGENCY USE (Distribution, etc.) DO FORM 2626, JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6·94
  5. 5. FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION· SEE FAR 2.101 and 3.104 PART III • EVALUATION OF PERFORMANCE ELEMENTS NJA = NOT APPUCABLE 0 = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL x e. COMPLETION OF PUNCHLIST x ITEMS f. SUBMISSION OF UPDATED AND x REVISED PROGRESS SCHEDULES 20. REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in determining the contractor's responsibility. Continue on separate sheet(s), if needed.) Small Business Utilization Does this contract include a subcontracting plan? Yes Is small business subcontracting under this contract included in a comprehensive sma11 business subcontracting plan? Yes Is smaIl business subcontracting under this contract included in a commercia] small business subcontracting plan? Yes Date of last Individual Subcontracting Report (lSR) I Summary Subcontracting Report (SSR): 09/30nOlO EVALUATOR REMARKS; Quality of Workmanship: The contractor's workmanship was excellent. All work was performed in a thorough and careful manner. An example of this was during the blasting and dredging of blasted material. The contractor rarely had to return to an acceptance area to re-dredge a high spot. In most cases the government post-dredge survey revealed an acceptance area clean to the minimum depth. Adequacy of the CQC Plan: J.E. McAmis submitted an extensive CQC plan. The CQC plan (per contract requirement) included a large and comprehensive blasting plan. The CQC plan met contract requirements and very few corrections were necessary after the initial submission. Identification/Correction of Deficient Work in a Timely Manner: Any time a deficiency was noted, the contractor's project manager, safety officer and QC staff corrected the deficiency quickly. Cooperation and Responsiveness: All members of the contractor's staff were cooperative and responsive to the Corps of Engineers. In particular, the project manager was very available 24/7 and cooperated with the Corps of Engineers personnel. No request for equitable adjustment was requested. All modifications were settled promptly and fairly Management of Resources/Personnel: J.E. McAmis exhibited excellent management practices in the way they managed their resources and personnel. They maintained their equipment in a manner that prevented breakdowns during critical time periods. They hired competent and diligent employees and quickly addressed any performance issues with their employees. DD FORM 2626 (BACK), JUN 94
  6. 6. FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATION· SEE FAR 2.101 and 3.104 20. REMARKS ( ... continued) They spent nearly $lM replacing all hydraulic hoses on their excavator to avoid downtime and oil spills. This was done even when hoses were not ready to be replaced. Coordination and Control of Subcontractors: The contractor insured that subcontractors did not circumvent the established line of communications. The subcontractors reported to the prime contractor's QC staff; any subcontractor deficiencies were quickly corrected. Adequacy of Site Clean-Up: J.E. McAmis maintained an extremely clean work-site and equipment. The contractor's diligence in this area was a contributing factor to the contractor's excellent safety and environmental record on this project. Effectiveness of Job-Site Supervision: The job-site supervision by the contractor was maintained by the project manager, the QC manager, the job superintendent and the safety officer. The excellent coordination among these individuals resulted in excellent job-site supervision. Having the project manager, safety officer and QC manager on-site daily throughout the course of project insured that the contract specifications were met with no lost time accidents. Professional Conduct: All contractor employees and sub contract employees were professional on a daily basis, as this job worked on a 24/7 basis working holidays and weekends to ensure project was completed on time. During blasting operation all project personnel had a positive attitude even in severe weather conditions. 'Adherence to approved schedule: J.E. McAmis project manager and QC manager worked diligently to ensure their schedule and sub contractors schedule stayed on track through the holidays when the project encountered additional rock area. Their willingness to ! change their schedules around the holidays ensured that the project was completed well ahead of schedule. J.E. McAmis completed this difficult project over two months ahead of schedule. Outstanding. Resolution of delays: When concerns about sub-contractor scheduled completion, prime contractor held weekly meetings to address scheduled completion, subcontractor plan for additional dredges, and prime contractors dredge staying local to ensure the project was completed on schedule. Prime contractors management personnel ensured that the contract was completed well ahead of schedule. Completion of punchlist items: J.E. McAmis was very willing and quick to respond to all safety deficiencies and work area cleanup that was required by contract. Corrections of noted deficiencies: Contractor payrolls were submitted on time and accurate week after week. When there were minor deficiencies noted, the contractor quickly corrected the deficiencies. Compliance with labor laws and regulations with specific attention of the Davis-Bacon Act and EEO requirements: All payrolls were accurately paid and processed per the Davis bacon wage decision. There were many different zones and classification to meet the federal wage decision in the contract. J.E. McAmis payrolls were correct week after week with very few changes made to their original plan. They met difficult environmental criteria while using explosives in the river. They exceeded the criteria to protect biological fish species and the environment. Adequacy of Safety Plan: The safety plan was thorough and complete. The contractor carefully developed a plan that would prevent accidents. unnecessary accidents and provide quick response to un-preventable accidents. Implementation of Safety Plan: From the contractor's home office all the way down to the deck hands. the safety plan was carefully followed. J.E. McAmis was constantly updating their safety program to ensure safety on the project. This contract was a 24 hour a day 7 day a week project in the toughest weather months du~ to wo~k windows. while.working around hazardous materials. tough stretches of the r~ver. w~thout any lost t~me or recordable injuries. Correction of noted deficiencies: All safety deficiencies and concerns that were brought up on site were corrected immediately. The onsite crews for the contractor and subcontractor were involved from day one with the safety plan. J.E. McAmis and crew worked diligently to ensure there were no recordable accidents on this project. CONTRACTOR REMARKS: All the Portland District representatives working on this project deserve an overall rating of Outstanding. CONCURRENCE: I concur with this evaluation. DD FORM 2626 (CONTINUED), JUN 94 3
  7. 7. FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION· SEE FAR 2.101 and 3.104 20. REMARKS ( ... continued) CONTRACTOR NAME: PATTY GILLETT TITLE: CONTRACT ADMINISTRATOR PHONE: 5308915061 DATE: 01/13/2011 REVIEWER REMARKS: This evaluation has been reviewed and validated. DO FORM 2626 (CONTINUED), JUN 94 4
  8. 8. . FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101 and 3.104 . 1. CONTRACT NUMBER PERFORMANCE EVALUATION DACW1703COOO4 (CONSTRUCTION) 2. CEC NUMBER INCOMPLETE-REVIEWED 060693512 IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse. PART I • GENERAL CONTRACT DATA M E OF EVAlUATION (X one) ~RMINATED FOR DEFAULT INTERIM (list peroentsge %) rxlFlNAL I IAMENDED 5. CONTRACTOR (Nartle, Address, and ZIP Code) 6.a. PROCUREMENT METHOD (X one) J. E. MCAMIS , INC. 621 COUNTRY DRIVE CHICO !Xl SEAlED BID I INEGOTIATED CA 95928 lone) I USA NAICS Code: 000000 r=q- b. TYPE OF CONTRACT FIRM FIXED ~RlCE OTHER lSpecIfy) COST REIMBURSEMENT 7. DESCRIPTION AND LOCATION OFWORK Restoration of the submerged shallow water habitat for fisheries and wildlife. Excavate and remove dredged material deposits, construction of an exterior reef stabilizatin breakwater, clearing and chipping of exotic vegetation. Palm Beach County, Florida 8. TYPE AND PERCENT OF SUBCONTRACTING Pile, Dock, Bridge - 6% Concrete, CUrb, Pavers - 1.4% Clearing - 1. 2% Landscaping, Irrigation - 1% 9. FISCAL DATA .... a. AMOUNT OF BASIC CONTRACT $25,765,270 b. TOTAL AMOUNT OF MODIFICATIONS $5,306,383 c. UQUIDATED DAMAGES ASSESSED d. NET AMOUNT PAID CONTRACTOR $31,071,553 10. SIGNIFICANT DATES .... a. DATE OF AWARD 02/26/2003 b. ORIGINAL CONTRACT COMPLETION DATE OS/29/2006 c. REVISED CONTRACT COMPLETION DATE 07/28/2006 d. DATEWORK ACCEPTED 07/08/2005 PART II • PERFORMANCE EVALUATION OF CONTRACTOR n 11. OVERALL RATING (X appropriate block) OUTSTANDING 12. EVALUATED BY r:l ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse) a. ORGANIZATION (Nama and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area Code) u.s. ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513 c. NAME ANDnn.E d. SIGNATURE e. DATE WALTER D. WOOD, P.E. //E1ectronically Signed// RESIDENT ENGINEER 04/29/2009 13. EVALUATION REVIEWED BY a. ORGANIZATION (Nartle and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area Code) c. NAME ANDnTLE d. SIGNATURE e. DATE 14. AGENCY USE (Distribution, etc.) DO FORM 2626, JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94
  9. 9. FOR OFFICIAL USE ONLY I SELECTION INFORMATION· SEE FAR 2.101 3.104 PART III - EVALUATION OF PERFORMANCE ELEMENTS NlA = NOT APPUCABLE 0:: OUTSTANDING A:: ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U • UNSATISFACTORY b. PAYROLLS PROPERLY COMPLETED AND SUBMITIED C. .I...."Vlr·LI...."L•.., AND REGULATIONS WITH SPECIFIC x ATIENTION TO THE DAVIS-BACON e. COMPLETION OF PUNCHLIST x ITEMS f. SUBMISSION OF UPDATED AND x REVISED PROGRESS SCHEDULES 20. REMARKS (Explsnation of unsatisfacfoty evaluation is required. comments are optional. facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in detarmining the contractors responsibility. Continue on sepamte sheet(s). If needed.) Small Business Utilization Does this contract include a subcontract!ng plan? No Is small business subcontracting under this contract included in a comprehensive small business subcontracting plan? NIA Is small business subcon~ under this contract included in a commercial small business subcontracting plan? N/A Date oflast Individual Subcontracting Report (ISR) t Summary Subcontracting Report (SSR): NtA EVALUATOR REMARKS: 15e. The contractor stored the majority of the materials for this project (limestone and granite stone) within close proximity of the Area Office and the project site for easy quality and quantity inspections. 15k. The "Y" groin was originally constructed by a subcontractor and was determined to be deficient. The contractor took it upon himself to dismantle and re-construct this feature of work with quality results. 16a. The contractor worked around two potential costly delays. Florida Power and Light (FPL) was supposed to re-Iocate a power line on Peanut Island prior to start of work. FPL failed to perform this task and the contractor worked around the power lines rather than go on standby until they were re-Iocated. During the Lake worth Wetland Restoration, the contractor encountered a "mud wave" while constructing the Snook Islands. The contractor elected to continue working while a determination was made as to the contractual liability of the situation, rather than stand by for a determination. 16g. The contractor worked closely with the Corps and customerS in making sure the vegetation/landscaping on Peanut Island and Lake Worth Wetland Restoration was to the satisfaction of the customer. The contractor also worked closely with the customer on performing hurricane damage modifications which included beach sand placement and dredging of shoaled areas. 16h. See 15k. 17b. The contractor was substantially complete 12 months ahead of the contract completion DD FORM 2626 (BACK). JUN 94
  10. 10. FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2.101 and 3.104 8. TYPE AND PERCENT OF SUBCONTRACTING ( ... continued) Fencing - 0.5% Electrical - 0.41% 20. REMARKS ( ... continued) date. 17c. See 16a. The contractor worked around these potential delay issues which potentially could have cost the Government a considerable amount of money. CONTRACTOR REMARKS: Complex project with multiple design changes. Contractor was able to resolve and negotiate issues with SFAO to complete project ahead of schedule. CONCURRENCE: I concur with this evaluation. CONTRACTOR NAME: PATTY GILLETT TITLE: CONTRACT ADMINISTRATOR PHONE: 5308915061 DATE: 05/06/2009 00 FORM 2626 (CONTINUED). JUN 94 3
  11. 11. · FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2.101 and 3 104 1. CONTRACT NUMBER PERFORMANCE EVALUATION W91.2EP04C0031. (CONSTRUCTION) 2. CEC NUMBER 0606935J.2 IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse. n OF EVALlIATION (X one) INTERIM (Ust 97 %) PART 1- GENERAL CONTRACT DATA r-lFiNAL [!'JAMENDED MRMINATED FOR DEFAULT 5. CONTRACToR (Name, Address. and ZIP Code) J.E. MCAMIS, INC. 6.a. PROCUREMENT METHOD (X one) 62J. COUNTRY DRIVE CHICO CALIFORNIA 95928 !Xl SEALED BID r=J NEGOTIATED b. TYPE OF CONTRACT (X one) USA NAICS Code: 237990 t!:( FIRM FIXED PRICE OTHER~Speclfy) c::J COST REIMBURSEMENT 7. DESCRIPTION AND LOCATION OF WORK 114182 Canaveral Harbor North Jetty This project consists of sand-tightening and raising a portion of the existing north jetty to an elevation varying between +10 to +12 feet MLW. In addition, the jetty will be extended 300 feet to the east at an elevation of +7.5 feet MLW with sand-tightening to further improve its sand impounding capability. The method of construction will include placement of additional armor, core and bedding stone with a composite geogrid/geotextile barrier to assure sand-tightening along the existing jetty portion. The 300-foot extension will be sand-tightened with an internal steel sheetpile core. Magnitude of ~C<lIltinued 8. TYPE AND PERCENT OF SUBCONTRACnNG 0 subcontracted. a. AMOUNT OF BASIC b. TOTAL AMOUNT OF c. UQUIDATED d. NET AMOUNT PAID 9. FISCAL DATA ~ CONTRACT $3,479,950 MODIFICATIONS $3,180,331 DAMAGES ASSESSED CONTRACToR $6,660,28J. a. DATE OF AWARD b. ORIGINAL CONTRACT c. REVISED CONTRACT d. DATEWORK 10. SIGNIFICANT DATES ~ J.0/08/2004 COMPLETION DATE 04/25/2005 COMPLETION DATE 12/0J./2005 ACCEPTED J.2/0J./2005 PART n- PERFORMANCE EVALUATION OF CONTRACTOR n 11. OVERALL RATING (X appropriate block) OUTSTANDING 12. EVALUATED BY r:l ABOVE AVERAGE n SATISFACTORY n MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse) a. ORGANIZATION (Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER(lncIt.KIe ARIa Code) USACE, 4070 BOULBVlUID CENTER DRIVE, JACKSONVILLE , FL 32207 904-232-2086 c. NAME AND TITLE d. SIGNATURE •• DATE RUSS TOLLE //Electronically Signed// AREA ENGINEER 11/25/2008 13. EVALlIATION REVIEWED BY a. ORGANIZATION (Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include AnIa Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c. NAME AND TITLE d. SIGNATURE •• DATE GRISSELLE GONZALEZ //Electronically Signed// CONTRACTING OFFICER 02/19/2009 14. AGENCY USE (Distribution, etc.) DO FORM 2626, JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94
  12. 12. FOR ONLY I SOURCE INFORMATION. SEE 2.101 and 3.104 PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS NlA • NOT APPUCABLE O· OUTSTANDING A. ABOVE AVERAGE S. SAnSFACTORY M. MARGINAL x e. COMPLETION OF PUNCHLIST x ITEMS f. SUBMISSION OF UPDATED AND x REVISED PROGRESS SCHEDULES 20. REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concfJming specific events or actions to justify the evaluation. These data must be in suft1clent detail to assist contracting officers in determining the contractor's responsibility. Continue on separate sheet(s), if needed.) Small Business Utilization Does this contract include a subcon~ plan? N/A Is small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan? N/A Is small business subcontJ.:8Cting under this contract included in a commercial smaIl business subeontmcting plan? N/A Date oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR): NIA EVALUATOR REMARKS: Contractor provided on time, informative CQC reporting in a clear and concise format. Contractor properly segregated rock and materials onsite in a well organized and accessible fashion. Rock, sheetpile and geotextile material used of the highest quality. Contractor took painstaking efforts in establishing specified neatline of rock and made considerable efforts in reduction of voids in rock placement. Despite numerous obstacles to this project by the Permitting officials of Canaveral National Seashore, contractor persevered and was able to secure required permits in a relatively timely manner. Contractor kept sufficient workforce onsite at all times to address workloads and was properly manned with skilled members to address all contract requirements. Site was left in a pristine condition with contractor providing cleanup efforts that exceeded site condition upon original start. CQC was onsite daily and was observed overseeing work efforts personally at all times. Contractor addressed impacts and delays in a courteous fashion and endeavored to resolve conflicts in a professional and expedient manner Contractor provided timely, accurate and properly formatted payroll documentation supported by COE labor interviews and payroll checks. Contractor paid wages in accordance with specified overtime requirements and upheld laws DO FORM 2626 (BACK), JUN 94
  13. 13. FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATION· SEE FAR 2.101 and 3.104 7. DESCRIPTION AND LOCATION OF WORK ( ... continued) construction is between $1,000,000.00 and $5,000,000.00. The performance period will be 150 calendar days from notice to proceed. Canaveral Harbor, Florida 20. REMARKS ( ... continued) regarding workplace discrimination with respect to payment to workers. Despite working in an environment with numerous marine as well as land based hazards, contractor maintained an accident free operation in which safety was of paramount importance. A deficiency checklist was maintained onsite with all deficiencies addressed in a timely and efficient manner. CONTRACTOR REMARKS: Very professional staff. Several months passed while working on issues which was frustrating at times, but when all was said and done we worked together and resolved remaining issues. CONCURRENCE: I concur with this evaluation. CONTRACTOR NAME: PATTY GILLETT TITLE: CONTRACT ADMINISTRATOR PHONE: 530-891-5061 DATE: 12/08/2008 REVIEWER REMARKS: I concur with Evaluator and Contractor Rep comments. DO FORM 2626 (CONTINUED). JUN 94 3
  14. 14. FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION· SEE FAR 2101 and 3104 1. CONTRACTNUMSER W9127N07COOO9 PERFORMANCE EVALUATION (CONSTRUCTION) 2. CEC NUMBER 060693512 IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse. PART I - GENERAL CONTRACT DATA n E OF EVALUATION (X one) ~RMINATED FOR DEFAULT INTERIM (Ust percentage 96 %) lXlFINAL r1AMENDED 5. CONTRACTOR (Name, Address, and ZiP Code) 6.a. PROCUREMENT METHOD (X ane) J.E. MCAMIS, INC. 621 COUNTRY DRIVE CHICO iii SEALED BID r I NEGOTIATED CA 95928 b. TYPE OF CONTRACT (X ane) USA ~ FIRM FIXED PRICE c=:J COST REIMBURSEMENT NAICS Code: 237990 OTHER (Specify) 7. DESCRIPTION AND LOCATION OFWORK Consolidated Material Removal, Columbia River Channel Improvement Project (RM 104+20 to 105+25) . Dredged consolidated material using a barge-mounted hydraulic excavator dipper dredge. Material dredged by prime contractor was predominantly gravel. Gravel was generally cobble-size, but included some boulders up to 10-ft diameter. Material dredged by prime contractor was deposited in-water using bottom-dumping scows. 8. TYPE AND PERCENT OF SUBCONTRACTING 12% Dredging Subcontractor dredged overlying strata of sand with clamshell bucket and transported material using flat-deck barges to private upland disposal site. a. AMOUNT OF BASIC b. TOTAL AMOUNT OF c. UQUIDATED d. NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR 9. FISCAL DATA $9,591,021 $9,813,000 $79,278 a. DATE OF AWARD b. ORIGINAL CONTRACT c. RenSEDCONTRACT d. DATEWORK ~ 10. SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED DATES 04/20/2007 04/29/2008 04/29/2008 02/20/2008 PART" - PERFORMANCE EVALUATION OF CONTRACTOR ~ OUTSTANDING n 11. OVERALL RATING (X appropriate block) ABOVE AVERAGE n SATISFACTORY n MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse) 12. EVALUATED BY a. ORGANIZATION (Name and Address (Include ZIP Code» b. TELEPHONE NUMBER(/ncJuda Area Code) 503-661-2420 us ARMY CORPS OF ENGINEERS, 1060 NW CORPORATE DR., TROUTDALE, OR 97060 d. SIGNATURE e. DATE c. NAME AND TITLE JEFFREY S. EDWARDS, F. G. FE/QUALITY ASSURANCE REPRESENTATIVE 03/23/2008 13. EVALUATION REVIEWED BY b. TELEPHONE NUMBER (Include Area a. ORGANIZATION (Name and Address (Include ZIP ,Code» Code) 503-492-3570 x222 USACE PORTLAND d. SIGNATURE e. DATE c. NAME AND TITLE J. REED MCDOWELL ADMINISTRATIVE CONTRACTING OFFICER 03/26/2008 14. AGENCY USE (Distribution, etc.) EXCEPTION TO SF 1420 APPROVED BY GSA/lRMS&.94 DO FORM 2626, JUN 94 (EG)
  15. 15. FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2.101 and 3.104 PART III - EVALUATION OF PERFORMANCE ELEMENTS NIA =NOT APPUCABLE 0 = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL h. REVIEW/RESOLUTION OF SUBCONTRACTOR'S ISSUES i. IMPLEMENTATION OF x SUBCONTRACTING PLAN b. PAYROLLS PROPERLY COMPLETED AND SUBMITTED C. l klM,#1 I,"N', >t- AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON e. COMPLETION OF '-U!I'IuMLlI" x ITEMS f. SUBMISSION OF UPDATED AND x REVISED PROGRESS SCHEDULES 20. REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting oftic:ers in determining the contractors responsibility. Continue on separate sheet(s), if needed.) EVALUATOR REMARKS: Contractor did an outstanding job dredging material to the required depth and finished approximately two months ahead of contract completion date. Contractor proficiently operated equipment in a variety of conditions, and was able to dredge a variety of consolidated material including boulders up to lO-ft in diameter. The hydraulic equipment utilized by the Contractor was in excellent condition and perfectly suited for the work. Contractor maintained quality control on a regular basis using hydrosurveys which matched up with Government hydrosurveys very closely. Contractor also conducted more frequent hydrosurveys when nearing completion of an acceptance area to ensure the area was dredged clean required grade. Quality control reports, including water monitoring reports, were submitted in a timely manner. Contractor was very responsive when quality deficiencies were encountered and corrected deficiencies in a timely manner. Contractor regularly updated schedules and was cooperative in working around shipping traffic and able to maintain schedule. Contractor kept supervision staff at adequate levels throughout contract, and supervisors communicated well with Corps personnel, including management participation in partnering process. Supervisors and workers conducted themselves in a professional manner at all times. Contractor emphasized safety with weekly safety meetings and completed work without any lost time accidents. Contractor maintained full time SSHO coverage. CONTRACTOR REMARKS; The Portland District deserves an overall rating of Outstanding also. Very professional, receptive and responsive. DO FORM 2626 (BACK), JUN 94
  16. 16. FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2.101 and 3.104 20. REMARKS ( ... continued) CONCURRENCE: I concur with this evaluation. CONTRACTOR NAME: PATTY GILLETT TITLE: CONTRACT ADMINISTRATOR PHONE: 530-891-5061 DATE: 03/26/2008 REVIEWER REMARKS: Evaluation validated. DO FORM 2626 (CONTINUED). JUN 94 3
  17. 17. R~r~l/J:"n FOR IAI wu:: ONLY (WHEN COMPLETED) PERFORMANCE EVALUATION 1. CONTRACT NUMBER JUl 1 9 2007 W9'l2PL07COOO5 NA ()~~Ir~ ()~ (CONSTRUCTION) 2. DUNS NUMBER 060693512 J. {;.,~!~ sure to complete Part 11/ - Evaluation of Performance Elements on reverse. PART 1- GENERAL CONTRACT DATA 3. TYPE OF EVALUATION (X one) h INTERIM (List Percentage %) !xl FINAL nAMENDED 4. TERMINATED FOR DEFAULT 0 5. CONTRACTOR (Name, Address, and ZIP code) 6.a. PROCUREMENT METHOD (X one) J.E. McAmis, Inc. 621 Country Drive Chico Iil SEALED BID n NEGOTIATED I b. TYPE OF CONTRACT (X one) CA 95928 NAICS Code: 237990 X I-- ­ FIRM FIXED PRICE . D COST REIMBURSEMENT OTHER (Specify) 7. DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina del Rey, California. Marina del Rey, CA 8. TYPE AND PERCENT OF SUBCONTRACTING 0% subcontracted. a.AMOUNT OF BASIC b.TOTAL AMOUNT OF c.LIQUIDATED d.NET AMOUNT PAID 9. FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2,398,750 -$28,212 $0 $2,370,438 a.DATE OF AWARD b.ORlGINAL CONTRACT c.REVISED CONTRACT d.DATEWORK 10. SIGNIFICANT' DATES COMPLETION DATE COMPLETION DATE ACCEPTED 11/30/2006 03/28/2007 03/2812007 03115/2007 PART 11- PERFORMANCE EVALUATION OF CONTRACTOR 11. OVERALL RATING (X appropriate block) ~ OUTSTANDING r--l ABOVE AVERAGE r--l SATISFACTORY nMARGINAL r--l UNSATISFACTORY (Explain in item 20 on reverse) 12. EVALUATED BY a. ORGANIZATION «Name and Address (Include Zip Code) b. TELEPHONE NUMBER (Include Area Code) .S Arm Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce6 c. NAME AND TITLE d. SIGNATURE e.DATE Stanley Fujimoto. Contracting Officer Representative ~-C-~ 5),/ 0 7 13. EVALUATION REVIEWED BY a. ORGANIZATION «Name and Address (Include Zip Code)) b. TELEPHONE NUMBER (Include Area Code) c. NAME AND TITLE d. SIGNATURE e.DATE 14. AGENCY USE (Distribution, etc.) DO FORM 2626, JUN 94 USAPPC V1.01 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 6/94
  18. 18. PART III - EVALUATION OF PERFORMANCE ELEMENTS FOR ()FIOU:IAI USE ONI V MlHEN COMPLETEDl I CONTRACT NUMBER W912PL07COOOS NA N/A NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY 1S.QUALITY CONTROL N/A O.A S M U 16.EFFECTIVENESS OF MANAGEMENT N/A 0 A S M U a. QUALITY OF WORKMANSHIP X a. COOPERATION AND RESPONSIVENESS X b. ADEQUACY OF THE CQC PLAN X b. MANAGEMENT OF RESOURCES I X PERSONNEL X c. IMPLEMENTATION OF THE CQC PLAN c. COORDINATION AND CONTROL OF X SUBCONTRACTORS X d. QUALITY OF QC DOCUMENTATION d. ADEQUACY OF SITE CLEAN-UP X e. STORAGE OF MATERIALS X e. EFFECTIVENESS OF JOB-SITE X SUPERVISION X f. ADEQUACY OF MATERIALS I g. ADEQUACY OF SUBMITIALS X f. COMPLIANCE WITH LAWS AND X REGULATIONS X h. ADEQUACY OF QC TESTING i. ADEQUACY OF AS-BUlLTS X I Q. PROFESSIONAL CONDUCT X Ii. USE OF SPECIFIED MATERIALS X h. REVIEWIRESOLUTION OF X SUBCONTRACTOR'S ISSUES X k. IDENTIFICATION I CORRECTION OF DEFICIENT WORK IN A TIMELY i. IMPLEMENTATION OF MANNER SUBCONTRACTING PLAN X 17.TIMELY PERFORMANCE 'IS.COMPLIANCE WITH LABOR X STANDARDS a. ADEQUACY OF INITIAL PROGRESS SCHEDULE a. CORRECTION OF NOTED DEFICIENCIES X b. ADHERENCE TO APPROVED X b. PAYROLLS PROPERLY COMPLETED SCHEDULE AND SUBMITIED X c. RESOLUTION OF DELAYS X c. COMPLIANCE WITH LABOR LAWS X AND REGULATIONS WITH SPECIFIC d. SUBMISSION OF REQUIRED ATrENTION OF THE DAVIS-BACON DOCUMENTATION ACT AND EEO REQUIREMENTS X e. COMPLETION OF PUNCHLIST X 19.COMPLIANCE WITH SAFETY ITEMS STANDARDS f. SUBMISSION OF UPDATED AND X a. ADEQUACY OF SAFETY PLAN X REVISED PROGRESS SCHEDULES b. IMPLEMENTATION OF SAFETY PLAN X I Q. WARRANTY RESPONSE X c. CORRECTION OF NOTED DEFICIENCIES X 20.REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in determining the contractor's responsibility. Continue on separate sheet(s). if needed.) EVALUATOR REMARKS: 1. Contractor utilized modern, state of the art equipment so work was performed in a clean, concise manner. 2. Local Sponsor was very demanding and contractor went well out of their way to accommodate numerous requests/demands from the Local Sponsor. These requests were related to land use, water/dock use, ferrying Local Sponsor reps all around the job and the equipment, etc. Contractor was already complying with contract requirements but the Local Sponsor made stricter demands. 3. Contractor's equipment met Federal air quality standards, but local air quality board had stricter standards. Contractor made changes to exhaust system, at a substantial cost, to accoITIDodate the air q~ality board. These shanges created down time for the equipment. The contractor 4. The s~ecifications allowed different methods to perform the work. ~lanned t e work and chose the method that minimized the impact to local community. . Contractor's paperwork was always current, somethin~ you don't see very often. 6. Contractor finished on time, despite down time crea ed by local air quality board and bothersome demands from Local Sponsor. 7. Contractor kept detailed records of work completed and shared this information freely with USACE. Contractor modified original format of these records to accommodate USACE information needs. DD FORM 2626, JUN 94

×