Project Performance Evaluations

18
FOR OFFICIAL USE ONLY (WHEN COMPLETED) PERFORMANCE EVALUATION (CONSTRUCTION) 1. CONTRACT NUMBER W9127N12C0005 NA 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 4. TERMINATED FOR DEFAULT (X one) INTERIM (List Percentage ________%) FINAL AMENDED X 5. CONTRACTOR(Name, Address, and ZIP code) J.E. MCAMIS, INC. 45 JAN COURT, SUITE 160 CHICO CA 95928 NAICS Code: 237990 6.a. PROCUREMENT METHOD (X one) SEALED BID NEGOTIATED X b. TYPE OF CONTRACT (X one) FIRM FIXED PRICE COST REIMBURSEMENT OTHER (Specify) X 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 9. FISCAL DATA 10. SIGNIFICANT`` DATES a.AMOUNT OF BASIC CONTRACT $770,294 b.TOTAL AMOUNT OF MODIFICATIONS $59,944 c.LIQUIDATED DAMAGES ASSESSED $0 d.NET AMOUNT PAID CONTRACTOR $806,336 a.DATE OF AWARD 02/06/2012 b.ORIGINAL CONTRACT COMPLETION DATE 03/31/2012 c.REVISED CONTRACT COMPLETION DATE 03/31/2012 d.DATE WORK ACCEPTED 03/08/2012 PART II - PERFORMANCE EVALUATION OF CONTRACTOR 11. OVERALL RATING (X appropriate block) OUTSTANDING ABOVE AVERAGE SATISFACTORY MARGINAL UNSATISFACTORY (Explain in item 20 on reverse) X 12. EVALUATED BY a. ORGANIZATION ((Name and Address (Include Zip Code)) U.S. ARMY CORPS OF ENGINEERS - OFFICE PORTLAND DISTRICT b. TELEPHONE NUMBER (Include Area Code) 971-227-1724 c. NAME AND TITLE JOHN D. CANNON ENGINEERING TECH d. SIGNATURE e. DATE 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 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 6/94 USAPPC V1.01

description

 

Transcript of Project Performance Evaluations

Page 1: Project Performance Evaluations

FOR OFFICIAL USE ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION(CONSTRUCTION)

1 CONTRACT NUMBERW9127N12C0005 NA2 DUNS NUMBER060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

3 TYPE OF EVALUATION 4 TERMINATED FOR DEFAULT(X one)

INTERIM (List Percentage ________) FINAL AMENDEDX

5 CONTRACTOR(Name Address and ZIP code)JE MCAMIS INC45 JAN COURT SUITE 160CHICOCA 95928NAICS Code 237990

6a PROCUREMENT METHOD (X one)

SEALED BID NEGOTIATEDX

b TYPE OF CONTRACT (X one)FIRM FIXED PRICE COST REIMBURSEMENT

OTHER (Specify)X

7 DESCRIPTION AND LOCATION OF WORKBonneville Lock and Dam Spillway Stilling Basin Rock Removal Multnomah County OregonBonneville Lock amp DamRemoval 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 SUBCONTRACTING9 Diving Service

9 FISCAL DATA

10 SIGNIFICANT`` DATES

aAMOUNT OF BASICCONTRACT

$770294

bTOTAL AMOUNT OFMODIFICATIONS

$59944

cLIQUIDATEDDAMAGES ASSESSED

$0

dNET AMOUNT PAIDCONTRACTOR

$806336

aDATE OF AWARD

02062012

bORIGINAL CONTRACTCOMPLETION DATE03312012

cREVISED CONTRACTCOMPLETION DATE03312012

dDATE WORKACCEPTED03082012

PART II - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)

OUTSTANDING ABOVE AVERAGE SATISFACTORY MARGINAL UNSATISFACTORY (Explainin item 20 on reverse)X

12 EVALUATED BYa ORGANIZATION ((Name and Address (Include Zip Code))US ARMY CORPS OF ENGINEERS - OFFICE PORTLAND DISTRICT

b TELEPHONE NUMBER (Include Area Code)971-227-1724

c NAME AND TITLEJOHN D CANNONENGINEERING TECH

d SIGNATURE e DATE

13 EVALUATION REVIEWED BYa 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 EXCEPTION TO SF 1420APPROVED BY GSA-IRSM 694

USAPPC V101

FOR OFFICIAL USE ONLY (WHEN COMPLETED)

DD FORM 2626 JUN 94

PART III - EVALUATION OF PERFORMANCE ELEMENTS CONTRACT NUMBERW9127N12C0005 NA

NA = NOT APPLICABLE O = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY

NA O A S M U NA O A S M U15QUALITY CONTROL

a QUALITY OF WORKMANSHIP Xb ADEQUACY OF THE CQC PLAN Xc IMPLEMENTATION OF THE CQC

PLANX

d QUALITY OF QCDOCUMENTATION

X

e STORAGE OF MATERIALS Xf ADEQUACY OF MATERIALS Xg ADEQUACY OF SUBMITTALS Xh ADEQUACY OF QC TESTING Xi ADEQUACY OF AS-BUILTS Xj USE OF SPECIFIED MATERIALS Xk IDENTIFICATION CORRECTION

OF DEFICIENT WORK IN A TIMELYMANNER

X

17TIMELY PERFORMANCE

a ADEQUACY OF INITIAL PROGRESSSCHEDULE

X

b ADHERENCE TO APPROVEDSCHEDULE

X

c RESOLUTION OF DELAYS Xd SUBMISSION OF REQUIRED

DOCUMENTATIONX

e COMPLETION OF PUNCHLISTITEMS

X

f SUBMISSION OF UPDATED ANDREVISED PROGRESS SCHEDULES

X

g WARRANTY RESPONSE X

16EFFECTIVENESS OF MANAGEMENT

a COOPERATION AND RESPONSIVENESS Xb MANAGEMENT OF RESOURCES

PERSONNEL Xc COORDINATION AND CONTROL OF

SUBCONTRACTORS Xd ADEQUACY OF SITE CLEAN-UP Xe EFFECTIVENESS OF JOB-SITE

SUPERVISION Xf COMPLIANCE WITH LAWS AND

REGULATIONS Xg PROFESSIONAL CONDUCT Xh REVIEWRESOLUTION OF

SUBCONTRACTORS ISSUES Xi IMPLEMENTATION OF

SUBCONTRACTING PLAN X18COMPLIANCE WITH LABOR

STANDARDS

a CORRECTION OF NOTED DEFICIENCIES Xb PAYROLLS PROPERLY COMPLETED

AND SUBMITTED Xc COMPLIANCE WITH LABOR LAWS

AND REGULATIONS WITH SPECIFICATTENTION OF THE DAVIS-BACONACT AND EEO REQUIREMENTS X

19COMPLIANCE WITH SAFETYSTANDARDS

a ADEQUACY OF SAFETY PLAN Xb IMPLEMENTATION OF SAFETY PLAN Xc CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (Explanation of unsatisfactory evaluation is required Other comments are optional Provide facts concerning specificevents or actions to justify the evaluation These data must be in sufficient detail to assist contracting officers in determining thecontractors responsibility Continue on separate sheet(s) if needed)

EVALUATOR REMARKS Quality of Workmanship The contractors 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 structureAdequacy of the CQC Plan exceeded contract requirements only minor corrections were necessary after the initial submissionAdequacy 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 effectivelyAdequacy 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-doneIdentificationCorrection of Deficient Work in a Timely Manner If a deficiency was noted the contractors project manager safety officer and QC staff made corrections quickly and without any hesitation They were very proactive during the entire contractCooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers Their Project Manager was readily available 247 The CEs Hazardous Energy Control Program lock-out system was being implemented at the same time site work began The unique challenges in meeting the CEs 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 systemManagement of ResourcesPersonnel JE 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

FOR OFFICIAL USE ONLY (WHEN COMPLETED)

DD FORM 2626 JUN 94

PART III - EVALUATION OF PERFORMANCE ELEMENTS CONTRACT NUMBERW9127N12C0005 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 contractors 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 scheduleAdequacy of Site Clean-Up JE McAmis maintained a very clean work-site including spotless floating plant equipment The contractors diligence in this area was a contributing factor to the contractors excellent safety and environmental record on this projectEffectiveness 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 accidentsCompliance 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 pageReviewResolution 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 dailyAdequacy 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 proposedResolution of delays JE 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 scheduleSubmission of required documentation Contractor submitted all required safety diving and other contract required documentation ahead of schedule and complete the first timeCompletion of punch list items JE McAmis was very willing and quick to respond to all safety deficiencies and work area cleanup that was required by contractSubmission 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 complianceAdequacy 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 accidentImplementation 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 hourday 7 dayweek without any recordable incidentsCorrection of noted deficiencies All safety deficiencies and concerns that were brought up on site were corrected immediately]

- anFOR OFFICIAL USE ONLY JSOURCE SELECTION INFORMATION SEE FAR 2 101 d 3 104

PERFORMANCE EVALUA1ION 1 CONTRACT NUMBER W9127N09C0026

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III bull Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVALUATION (X one)

rxlFINAL nRMINATED FOR DEFAULT

INTERIM (Ust percentage 1Qg ) IIAMENDED 5 CONTRACTOR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (X one)JE MCAMIS INC 621 COUNTRY DRIVE

xlSEALED BID e-J NEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT (X one)USA MFIRM FIXED PRICE [=J COST REIMBURSEMENT NAICS Code 237990

OTHER (Specify) 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

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$54175699 $2292261 $56216718

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK 10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 07162009 12312010 12312010 11032010

PART 11- PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)

~ OUTSTANDING n 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 (Include Area

Code) CORPS OF ENGINEERS 206-595-5338

c NAME ANDTIT1E d SIGNATURE e DATE JONES SIDNEY Electronically Signed RESIDENT ENGINEER 12282010

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 01142011

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6middot94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

PART III bull EVALUATION OF PERFORMANCE ELEMENTS

NJA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

x

e COMPLETION OF PUNCHLIST ITEMS

x

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

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 contractors 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) 0930nOlO EVALUATOR REMARKS Quality of Workmanship The contractors 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 JE 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 IdentificationCorrection of Deficient Work in a Timely Manner Any time a deficiency was noted the contractors project manager safety officer and QC staff corrected the deficiency quickly Cooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers In particular the project manager was very available 247 and cooperated with the Corps of Engineers personnel No request for equitable adjustment was requested All modifications were settled promptly and fairly Management of ResourcesPersonnel JE 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

FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 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 contractors QC staff any subcontractor deficiencies were quickly corrected Adequacy of Site Clean-Up JE McAmis maintained an extremely clean work-site and equipment The contractors diligence in this area was a contributing factor to the contractors 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 247 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 JE 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 JE 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 JE 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 JE 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 contractors home office all the way down to the deck hands the safety plan was carefully followed JE 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 whileworking

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 JE 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 2: Project Performance Evaluations

FOR OFFICIAL USE ONLY (WHEN COMPLETED)

DD FORM 2626 JUN 94

PART III - EVALUATION OF PERFORMANCE ELEMENTS CONTRACT NUMBERW9127N12C0005 NA

NA = NOT APPLICABLE O = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY

NA O A S M U NA O A S M U15QUALITY CONTROL

a QUALITY OF WORKMANSHIP Xb ADEQUACY OF THE CQC PLAN Xc IMPLEMENTATION OF THE CQC

PLANX

d QUALITY OF QCDOCUMENTATION

X

e STORAGE OF MATERIALS Xf ADEQUACY OF MATERIALS Xg ADEQUACY OF SUBMITTALS Xh ADEQUACY OF QC TESTING Xi ADEQUACY OF AS-BUILTS Xj USE OF SPECIFIED MATERIALS Xk IDENTIFICATION CORRECTION

OF DEFICIENT WORK IN A TIMELYMANNER

X

17TIMELY PERFORMANCE

a ADEQUACY OF INITIAL PROGRESSSCHEDULE

X

b ADHERENCE TO APPROVEDSCHEDULE

X

c RESOLUTION OF DELAYS Xd SUBMISSION OF REQUIRED

DOCUMENTATIONX

e COMPLETION OF PUNCHLISTITEMS

X

f SUBMISSION OF UPDATED ANDREVISED PROGRESS SCHEDULES

X

g WARRANTY RESPONSE X

16EFFECTIVENESS OF MANAGEMENT

a COOPERATION AND RESPONSIVENESS Xb MANAGEMENT OF RESOURCES

PERSONNEL Xc COORDINATION AND CONTROL OF

SUBCONTRACTORS Xd ADEQUACY OF SITE CLEAN-UP Xe EFFECTIVENESS OF JOB-SITE

SUPERVISION Xf COMPLIANCE WITH LAWS AND

REGULATIONS Xg PROFESSIONAL CONDUCT Xh REVIEWRESOLUTION OF

SUBCONTRACTORS ISSUES Xi IMPLEMENTATION OF

SUBCONTRACTING PLAN X18COMPLIANCE WITH LABOR

STANDARDS

a CORRECTION OF NOTED DEFICIENCIES Xb PAYROLLS PROPERLY COMPLETED

AND SUBMITTED Xc COMPLIANCE WITH LABOR LAWS

AND REGULATIONS WITH SPECIFICATTENTION OF THE DAVIS-BACONACT AND EEO REQUIREMENTS X

19COMPLIANCE WITH SAFETYSTANDARDS

a ADEQUACY OF SAFETY PLAN Xb IMPLEMENTATION OF SAFETY PLAN Xc CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (Explanation of unsatisfactory evaluation is required Other comments are optional Provide facts concerning specificevents or actions to justify the evaluation These data must be in sufficient detail to assist contracting officers in determining thecontractors responsibility Continue on separate sheet(s) if needed)

EVALUATOR REMARKS Quality of Workmanship The contractors 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 structureAdequacy of the CQC Plan exceeded contract requirements only minor corrections were necessary after the initial submissionAdequacy 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 effectivelyAdequacy 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-doneIdentificationCorrection of Deficient Work in a Timely Manner If a deficiency was noted the contractors project manager safety officer and QC staff made corrections quickly and without any hesitation They were very proactive during the entire contractCooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers Their Project Manager was readily available 247 The CEs Hazardous Energy Control Program lock-out system was being implemented at the same time site work began The unique challenges in meeting the CEs 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 systemManagement of ResourcesPersonnel JE 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

FOR OFFICIAL USE ONLY (WHEN COMPLETED)

DD FORM 2626 JUN 94

PART III - EVALUATION OF PERFORMANCE ELEMENTS CONTRACT NUMBERW9127N12C0005 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 contractors 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 scheduleAdequacy of Site Clean-Up JE McAmis maintained a very clean work-site including spotless floating plant equipment The contractors diligence in this area was a contributing factor to the contractors excellent safety and environmental record on this projectEffectiveness 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 accidentsCompliance 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 pageReviewResolution 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 dailyAdequacy 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 proposedResolution of delays JE 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 scheduleSubmission of required documentation Contractor submitted all required safety diving and other contract required documentation ahead of schedule and complete the first timeCompletion of punch list items JE McAmis was very willing and quick to respond to all safety deficiencies and work area cleanup that was required by contractSubmission 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 complianceAdequacy 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 accidentImplementation 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 hourday 7 dayweek without any recordable incidentsCorrection of noted deficiencies All safety deficiencies and concerns that were brought up on site were corrected immediately]

- anFOR OFFICIAL USE ONLY JSOURCE SELECTION INFORMATION SEE FAR 2 101 d 3 104

PERFORMANCE EVALUA1ION 1 CONTRACT NUMBER W9127N09C0026

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III bull Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVALUATION (X one)

rxlFINAL nRMINATED FOR DEFAULT

INTERIM (Ust percentage 1Qg ) IIAMENDED 5 CONTRACTOR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (X one)JE MCAMIS INC 621 COUNTRY DRIVE

xlSEALED BID e-J NEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT (X one)USA MFIRM FIXED PRICE [=J COST REIMBURSEMENT NAICS Code 237990

OTHER (Specify) 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

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$54175699 $2292261 $56216718

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK 10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 07162009 12312010 12312010 11032010

PART 11- PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)

~ OUTSTANDING n 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 (Include Area

Code) CORPS OF ENGINEERS 206-595-5338

c NAME ANDTIT1E d SIGNATURE e DATE JONES SIDNEY Electronically Signed RESIDENT ENGINEER 12282010

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 01142011

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6middot94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

PART III bull EVALUATION OF PERFORMANCE ELEMENTS

NJA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

x

e COMPLETION OF PUNCHLIST ITEMS

x

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

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 contractors 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) 0930nOlO EVALUATOR REMARKS Quality of Workmanship The contractors 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 JE 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 IdentificationCorrection of Deficient Work in a Timely Manner Any time a deficiency was noted the contractors project manager safety officer and QC staff corrected the deficiency quickly Cooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers In particular the project manager was very available 247 and cooperated with the Corps of Engineers personnel No request for equitable adjustment was requested All modifications were settled promptly and fairly Management of ResourcesPersonnel JE 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

FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 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 contractors QC staff any subcontractor deficiencies were quickly corrected Adequacy of Site Clean-Up JE McAmis maintained an extremely clean work-site and equipment The contractors diligence in this area was a contributing factor to the contractors 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 247 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 JE 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 JE 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 JE 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 JE 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 contractors home office all the way down to the deck hands the safety plan was carefully followed JE 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 whileworking

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 JE 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 3: Project Performance Evaluations

FOR OFFICIAL USE ONLY (WHEN COMPLETED)

DD FORM 2626 JUN 94

PART III - EVALUATION OF PERFORMANCE ELEMENTS CONTRACT NUMBERW9127N12C0005 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 contractors 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 scheduleAdequacy of Site Clean-Up JE McAmis maintained a very clean work-site including spotless floating plant equipment The contractors diligence in this area was a contributing factor to the contractors excellent safety and environmental record on this projectEffectiveness 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 accidentsCompliance 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 pageReviewResolution 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 dailyAdequacy 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 proposedResolution of delays JE 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 scheduleSubmission of required documentation Contractor submitted all required safety diving and other contract required documentation ahead of schedule and complete the first timeCompletion of punch list items JE McAmis was very willing and quick to respond to all safety deficiencies and work area cleanup that was required by contractSubmission 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 complianceAdequacy 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 accidentImplementation 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 hourday 7 dayweek without any recordable incidentsCorrection of noted deficiencies All safety deficiencies and concerns that were brought up on site were corrected immediately]

- anFOR OFFICIAL USE ONLY JSOURCE SELECTION INFORMATION SEE FAR 2 101 d 3 104

PERFORMANCE EVALUA1ION 1 CONTRACT NUMBER W9127N09C0026

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III bull Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVALUATION (X one)

rxlFINAL nRMINATED FOR DEFAULT

INTERIM (Ust percentage 1Qg ) IIAMENDED 5 CONTRACTOR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (X one)JE MCAMIS INC 621 COUNTRY DRIVE

xlSEALED BID e-J NEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT (X one)USA MFIRM FIXED PRICE [=J COST REIMBURSEMENT NAICS Code 237990

OTHER (Specify) 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

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$54175699 $2292261 $56216718

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK 10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 07162009 12312010 12312010 11032010

PART 11- PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)

~ OUTSTANDING n 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 (Include Area

Code) CORPS OF ENGINEERS 206-595-5338

c NAME ANDTIT1E d SIGNATURE e DATE JONES SIDNEY Electronically Signed RESIDENT ENGINEER 12282010

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 01142011

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6middot94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

PART III bull EVALUATION OF PERFORMANCE ELEMENTS

NJA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

x

e COMPLETION OF PUNCHLIST ITEMS

x

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

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 contractors 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) 0930nOlO EVALUATOR REMARKS Quality of Workmanship The contractors 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 JE 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 IdentificationCorrection of Deficient Work in a Timely Manner Any time a deficiency was noted the contractors project manager safety officer and QC staff corrected the deficiency quickly Cooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers In particular the project manager was very available 247 and cooperated with the Corps of Engineers personnel No request for equitable adjustment was requested All modifications were settled promptly and fairly Management of ResourcesPersonnel JE 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

FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 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 contractors QC staff any subcontractor deficiencies were quickly corrected Adequacy of Site Clean-Up JE McAmis maintained an extremely clean work-site and equipment The contractors diligence in this area was a contributing factor to the contractors 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 247 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 JE 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 JE 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 JE 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 JE 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 contractors home office all the way down to the deck hands the safety plan was carefully followed JE 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 whileworking

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 JE 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 4: Project Performance Evaluations

- anFOR OFFICIAL USE ONLY JSOURCE SELECTION INFORMATION SEE FAR 2 101 d 3 104

PERFORMANCE EVALUA1ION 1 CONTRACT NUMBER W9127N09C0026

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III bull Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVALUATION (X one)

rxlFINAL nRMINATED FOR DEFAULT

INTERIM (Ust percentage 1Qg ) IIAMENDED 5 CONTRACTOR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (X one)JE MCAMIS INC 621 COUNTRY DRIVE

xlSEALED BID e-J NEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT (X one)USA MFIRM FIXED PRICE [=J COST REIMBURSEMENT NAICS Code 237990

OTHER (Specify) 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

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$54175699 $2292261 $56216718

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK 10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 07162009 12312010 12312010 11032010

PART 11- PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)

~ OUTSTANDING n 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 (Include Area

Code) CORPS OF ENGINEERS 206-595-5338

c NAME ANDTIT1E d SIGNATURE e DATE JONES SIDNEY Electronically Signed RESIDENT ENGINEER 12282010

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 01142011

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6middot94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

PART III bull EVALUATION OF PERFORMANCE ELEMENTS

NJA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

x

e COMPLETION OF PUNCHLIST ITEMS

x

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

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 contractors 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) 0930nOlO EVALUATOR REMARKS Quality of Workmanship The contractors 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 JE 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 IdentificationCorrection of Deficient Work in a Timely Manner Any time a deficiency was noted the contractors project manager safety officer and QC staff corrected the deficiency quickly Cooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers In particular the project manager was very available 247 and cooperated with the Corps of Engineers personnel No request for equitable adjustment was requested All modifications were settled promptly and fairly Management of ResourcesPersonnel JE 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

FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 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 contractors QC staff any subcontractor deficiencies were quickly corrected Adequacy of Site Clean-Up JE McAmis maintained an extremely clean work-site and equipment The contractors diligence in this area was a contributing factor to the contractors 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 247 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 JE 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 JE 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 JE 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 JE 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 contractors home office all the way down to the deck hands the safety plan was carefully followed JE 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 whileworking

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 JE 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 5: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

PART III bull EVALUATION OF PERFORMANCE ELEMENTS

NJA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

x

e COMPLETION OF PUNCHLIST ITEMS

x

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

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 contractors 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) 0930nOlO EVALUATOR REMARKS Quality of Workmanship The contractors 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 JE 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 IdentificationCorrection of Deficient Work in a Timely Manner Any time a deficiency was noted the contractors project manager safety officer and QC staff corrected the deficiency quickly Cooperation and Responsiveness All members of the contractors staff were cooperative and responsive to the Corps of Engineers In particular the project manager was very available 247 and cooperated with the Corps of Engineers personnel No request for equitable adjustment was requested All modifications were settled promptly and fairly Management of ResourcesPersonnel JE 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

FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 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 contractors QC staff any subcontractor deficiencies were quickly corrected Adequacy of Site Clean-Up JE McAmis maintained an extremely clean work-site and equipment The contractors diligence in this area was a contributing factor to the contractors 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 247 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 JE 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 JE 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 JE 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 JE 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 contractors home office all the way down to the deck hands the safety plan was carefully followed JE 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 whileworking

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 JE 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 6: Project Performance Evaluations

FOR OFACIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 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 contractors QC staff any subcontractor deficiencies were quickly corrected Adequacy of Site Clean-Up JE McAmis maintained an extremely clean work-site and equipment The contractors diligence in this area was a contributing factor to the contractors 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 247 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 JE 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 JE 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 JE 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 JE 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 contractors home office all the way down to the deck hands the safety plan was carefully followed JE 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 whileworking

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 JE 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 7: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

20 REMARKS ( continued) CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 5308915061 DATE 01132011

REVIEWER REMARKS This evaluation has been reviewed and validated

4DO FORM 2626 (CONTINUED) JUN 94

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 8: Project Performance Evaluations

and 3104 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2 101

PERFORMANCE EVALUATION 1 CONTRACT NUMBER DACW1703COOO4

INCOMPLETE-REVIEWED (CONSTRUCTION) 2 CEC NUMBER

060693512 IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I bull GENERAL CONTRACT DATA MEOF EVAlUATION (X one)

rxlFlNAL IIAMENDED ~RMINATED FOR DEFAULT

INTERIM (list peroentsge ) 5 CONTRACTOR (Nartle Address and ZIP Code) 6a PROCUREMENT METHOD (X one)J E MCAMIS INC 621 COUNTRY DRIVE XlSEAlED BID IINEGOTIATEDCHICO CA 95928 b TYPE OF CONTRACT lone) IUSA r=q- FIRM FIXED ~RlCE COST REIMBURSEMENT NAICS Code 000000

OTHER lSpecIfy) 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 - 14 Clearing - 1 2 Landscaping Irrigation - 1

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$25765270 $5306383 $31071553

a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 02262003 OS292006 07282006 07082005

PART II bull PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block)nOUTSTANDING rl ABOVE AVERAGE n SATISFACTORY 0 MARGINAL n UNSATISFACTORY (Explain in Item 20 on reverse)

12 EVALUATED BY

a ORGANIZATION (Nama and Address (Include ZIP Code)) b TELEPHONE NUMBER (Include Area Code)

us ARMY CORPS OF ENGINEERS - OFFICE WEST PALM RESIDENT OFFICE 561-472-3513

c NAME ANDnnE d SIGNATURE e DATE WALTER D WOOD PE E1ectronically Signed RESIDENT ENGINEER 04292009

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)

EXCEPTION TO SF 1420 APPROVED BY GSAtlRMS 6-94 DO FORM 2626 JUN 94 (EG)

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 9: Project Performance Evaluations

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

b PAYROLLS PROPERLY COMPLETED AND SUBMITIED

C IVlrmiddotLILbull

AND REGULATIONS WITH SPECIFIC ATIENTION TO THE DAVIS-BACON

FOR OFFICIAL USE ONLY I SELECTION INFORMATIONmiddot SEE FAR 2101 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NlA = NOT APPUCABLE 0 OUTSTANDING A ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U bull UNSATISFACTORY

20 REMARKS (Explsnation of unsatisfacfoty evaluation is required comments are optional facts concerning specific events oractions 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) Ifneeded)

Small Business Utilization Does this contract include a subcontractng 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 NA 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 vegetationlandscaping 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

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 10: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE SSLEcnON INFORMAnON - SEE FAR 2101 and 3104 8 TYPE AND PERCENT OF SUBCONTRACTING ( continued) Fencing - 05 Electrical - 041

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 05062009

300 FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 11: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION SEE FAR 2101 and 3 104 middot PERFORMANCE EVALUATION

1 CONTRACT NUMBER W912EP04C0031

(CONSTRUCTION) 2 CEC NUMBER 0606935J2

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART 1- GENERAL CONTRACT DATA n OF EVALlIATION (Xone)

r-lFiNAL [JAMENDED MRMINATED FOR DEFAULTINTERIM (Ust 97 )

5 CONTRACToR (Name Address and ZIP Code) 6a PROCUREMENT METHOD (Xone)JE MCAMIS INC

62J COUNTRY DRIVE XlSEALED BID r=J NEGOTIATED

CHICO CALIFORNIA 95928

b TYPE OF CONTRACT (Xone)USA t(FIRM FIXED PRICE cJ COST REIMBURSEMENTNAICS Code 237990 OTHER~Speclfy)

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 beextended 300 feet to the east at an elevation of +75 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 geogridgeotextile 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

8 TYPE AND PERCENT OF SUBCONTRACnNG ~CltlIltinued

0 subcontracted

a AMOUNT OF BASIC b TOTAL AMOUNT OF c UQUIDATED d NET AMOUNT PAID ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACToR9 FISCAL DATA

$3479950 $3180331 $666028J a DATE OF AWARD b ORIGINAL CONTRACT c REVISED CONTRACT d DATEWORK10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTEDDATES J0082004 04252005 120J2005 J20J2005

PART n -PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (Xappropriate block) nOUTSTANDING rl 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(lncItKIe ARIa

Code) USACE 4070 BOULBVlUID CENTER DRIVE JACKSONVILLE FL 32207 904-232-2086

c NAME AND TITLE d SIGNATURE bullbull DATE RUSS TOLLE Electronically Signed AREA ENGINEER 11252008

13 EVALlIATION REVIEWED BY a ORGANIZATION (Name andAddress (Include ZIP Code)) b TELEPHONE NUMBER (Include AnIa

Code) SAD REGIONAL CONTRACTING CENTER 904-232 3972 c NAME AND TITLE d SIGNATURE bullbull DATE

GRISSELLE GONZALEZ Electronically Signed CONTRACTING OFFICER 02192009

14 AGENCY USE (Distribution etc)

DO FORM 2626 JUN 94 (EG) EXCEPTION TO SF 1420 APPROVED BY GSAIIRMS 6-94

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 12: Project Performance Evaluations

FOR ONLY I SOURCE INFORMATION SEE 2101 and 3104

PART III ~ EVALUAnON OF PERFORMANCE ELEMENTS

NlA bull NOT APPUCABLE Omiddot OUTSTANDING A ABOVE AVERAGE S SAnSFACTORY M MARGINAL

e COMPLETION OF PUNCHLIST ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

x

20 REMARKS (Explanation ofunsatisfactory evaluation is required Other comments are optional Provide facts concfJming specific events oractions to justify the evaluation These data must be in suft1clent detail to assist contracting officers in determining the contractors responsibility Continue on separate sheet(s) ifneeded)

Small Business Utilization Does this contract include a subcon~ plan NAIs small business subcontracting under thiS contract included in a comprehensive smaIl business subcontracting plan NA Is small business subcontJ8Cting under this contract included in a commercial smaIl business subeontmcting plan NADate oflast Individual Subcontracting Report (ISR) I SUmmary Subcontracting Report (SSR) NI A 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

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 13: Project Performance Evaluations

FOR OffiCIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104 7 DESCRIPTION AND LOCATION OF WORK ( continued) construction is between $100000000 and $500000000 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 12082008

REVIEWER REMARKS I concur with Evaluator and Contractor Rep comments

3DO FORM 2626 (CONTINUED) JUN 94

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 14: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATIONmiddot SEE FAR 2101 and 3104

1 CONTRACTNUMSER

PERFORMANCE EVALUATION W9127N07COOO9

(CONSTRUCTION) 2 CEC NUMBER 060693512

IMPORTANT Be sure to complete Part III - Evaluation of Performance Elements on reverse

PART I - GENERAL CONTRACT DATA

nEOF EVALUATION (X one)

INTERIM (Ust percentage 96 ) lXlFINAL r1AMENDED

~RMINATED FOR DEFAULT

5 CONTRACTOR (Name Address and ZiP Code) 6a PROCUREMENT METHOD (X ane) JE MCAMIS INC 621 COUNTRY DRIVE iiiSEALED BID rI NEGOTIATEDCHICO CA 95928 bTYPE 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

9 FISCAL DATA ~ CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR

$9813000 $79278 $9591021

a DATE OF AWARD b ORIGINAL CONTRACT c RenSEDCONTRACT d DATEWORK 10 SIGNIFICANT ~ COMPLETION DATE COMPLETION DATE ACCEPTED

DATES 04202007 04292008 04292008 02202008

PART - PERFORMANCE EVALUATION OF CONTRACTOR

11 OVERALL RATING (X appropriate block) n SATISFACTORY n MARGINAL~ OUTSTANDING n ABOVE AVERAGE n UNSATISFACTORY (Explain

in Item 20 on reverse)

12 EVALUATED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo b TELEPHONE NUMBER(ncJuda Area

Code)

us ARMY CORPS OF ENGINEERS 1060 NW CORPORATE DR TROUTDALE OR 97060 503-661-2420

c NAME AND TITLE d SIGNATURE e DATE

JEFFREY S EDWARDS F G 03232008FEQUALITY ASSURANCE REPRESENTATIVE

13 EVALUATION REVIEWED BY a ORGANIZATION (Name and Address (Include ZIP Coderaquo

b TELEPHONE NUMBER (Include Area Code)

USACE PORTLAND 503-492-3570 x222

c NAME AND TITLE d SIGNATURE e DATE

J REED MCDOWELL 03262008ADMINISTRATIVE CONTRACTING OFFICER

14 AGENCY USE (Distribution etc)

EXCEPTION TO SF 1420 APPROVED BY GSAlRMSamp94 DO FORM 2626 JUN 94 (EG)

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 15: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE INFORMA110N -SEE FAR 2101 and 3104

PART III - EVALUATION OF PERFORMANCE ELEMENTS

NIA =NOT APPUCABLE 0 = OUTSTANDING A =ABOVE AVERAGE S = SATISFACTORY M = MARGINAL

e COMPLETION OF -UIIuMLlI

ITEMS

f SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES

x

x

h REVIEWRESOLUTION OF SUBCONTRACTORS ISSUES

i IMPLEMENTATION OF SUBCONTRACTING PLAN

b PAYROLLS PROPERLY COMPLETED AND SUBMITTED

C l klM1 IN gtt-

AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON

x

20 REMARKS (Explanation ofunsatisfactory 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 ofticers 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

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 16: Project Performance Evaluations

FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION - SEE FAR 2101 and 3104

20 REMARKS ( continued) CONCURRENCE I concur with this evaluation CONTRACTOR NAME PATTY GILLETT TITLE CONTRACT ADMINISTRATOR PHONE 530-891-5061 DATE 03262008

REVIEWER REMARKS Evaluation validated

DO FORM 2626 (CONTINUED) JUN 94 3

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 17: Project Performance Evaluations

R~r~lJn FOR IAI wu ONLY (WHEN COMPLETED)

PERFORMANCE EVALUATION 1 CONTRACT NUMBER JUl 1 9 2007 W9l2PL07COOO5 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) 4 TERMINATED FOR DEFAULT h INTERIM (List Percentage ) xl FINAL nAMENDED 0

5 CONTRACTOR (Name Address and ZIP code) 6a PROCUREMENT METHOD (X one)JE McAmis Inc Iil SEALED BID n NEGOTIATED621 Country Drive Chico

I b TYPE OF CONTRACT (X one)CA 95928 X FIRM FIXED PRICE D COST REIMBURSEMENT NAICS Code 237990 I-- shy

OTHER (Specify)

7 DESCRIPTION AND LOCATION OF WORK Maintenance Dredging in Marina Marina del Rey CA

del Rey California

8 TYPE AND PERCENT OF SUBCONTRACTING 0 subcontracted

aAMOUNT OF BASIC bTOTAL AMOUNT OF cLIQUIDATED dNET AMOUNT PAID 9 FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $2398750 -$28212 $0 $2370438

aDATE OF AWARD bORlGINAL CONTRACT cREVISED CONTRACT dDATEWORK10 SIGNIFICANT DATES COMPLETION DATE COMPLETION DATE ACCEPTED

11302006 03282007 032812007 031152007

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 laquoName and Address (Include Zip Code) b TELEPHONE NUMBER (Include Area Code)

S Arm6 Corps of Engineers - Office Los Angeles ( 626) 401-4084 PrO] ect fHce

c NAME AND TITLE d SIGNATURE eDATE

Stanley FujimotoContracting Officer Representative ~-C-~ 5)0 7 13 EVALUATION REVIEWED BY a ORGANIZATION laquoName and Address (Include Zip Code))

c NAME AND TITLE d SIGNATURE

14 AGENCY USE (Distribution etc)

b TELEPHONE NUMBER (Include Area Code)

eDATE

DO FORM 2626 JUN 94 USAPPC V101 EXCEPTION TO SF 1420 APPROVED BY GSA-IRSM 694

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS
Page 18: Project Performance Evaluations

FOR ()FIOUIAI USE ONI V MlHEN COMPLETEDl

PART III - EVALUATION OF PERFORMANCE ELEMENTS ICONTRACT NUMBER W912PL07COOOS NA

NA NOT APPLICABLE 0 OUTSTANDING A - ABOVE AVERAGE S - SATISFACTORY M=MARGINAL U = UNSATISFACTORY

1SQUALITY CONTROL NA OA S M U 16EFFECTIVENESS OF MANAGEMENT NA 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

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

Ig ADEQUACY OF SUBMITIALS X f COMPLIANCE WITH LAWS AND

h ADEQUACY OF QC TESTING X REGULATIONS X

i ADEQUACY OF AS-BUlL TS X I Q PROFESSIONAL CONDUCT X

Ii USE OF SPECIFIED MATERIALS X h REVIEWIRESOLUTION OF

k IDENTIFICATION I CORRECTION X SUBCONTRACTORS ISSUES X OF DEFICIENT WORK IN A TIMELY i IMPLEMENTATION OFMANNER SUBCONTRACTING PLAN X

17TIMELY PERFORMANCE ISCOMPLIANCE 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 SUBMITIED X

c RESOLUTION OF DELAYS X c COMPLIANCE WITH LABOR LAWS

d SUBMISSION OF REQUIRED X AND REGULATIONS WITH SPECIFIC

DOCUMENTATION ATrENTION OF THE DAVIS-BACON ACT AND EEO REQUIREMENTS X

e COMPLETION OF PUNCHLIST X 19COMPLIANCE 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

IQ WARRANTY RESPONSE X c CORRECTION OF NOTED DEFICIENCIES X

20REMARKS (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 contractors 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 requestsdemands from the Local Sponsor These requests were related to land use waterdock 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 demands3 Contractors 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 contractor4 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

Contractors paperwork was always current somethin~ you dont see very often and6 Contractor finished on time despite down time crea ed by local air quality board bothersome demands from Local Sponsor this information freely7 Contractor kept detailed records of work completed and shared with USACE Contractor modified original format of these records to accommodate USACE information needs

DD FORM 2626 JUN 94

  • Bonneville CONTRACTOR EVALUATION 12-C-0005
  • USACE PERFORMANCE EVALUATIONS