Design-Build Mississippi Gate Additional Lane Buckley Air Force Base, Colorado Completion Date: December 2010 Client: United States Army Corps of Engineers Omaha District Project Reference: Jennifer McQueen, PE (Jennifer.S.McQueen@usace.army.mil) Ayuda Management Corporation 11800 Ridge Parkway, Suite 550, Broomfield, Colorado 80021 Office 303-999-2020, Fax 303-999-2099
PERFORMANCE EVALUATION (CONSTRUCTION) IMPORTANT: Be sure to complete Part III - Evaluation of Performance Elements on reverse. PART I - GENERAL CONTRACT DATA 1. CONTRACT NUMBER W9128F09C0039 2. CEC NUMBER 831023432 3. TYPE OF EVALUATION ( one) 4. TERMINATED FOR DEFAULT INTERIM (List percentage 66 %) FINAL AMENDED 5. CONTRACTOR (Name, Address, and ZIP Code) 6.a. PROCUREMENT METHOD ( one) AYUDA ASR JOINT VENTURE 11800 RIDGE PARKWAY, SUITE 550 BROOMFIELD SEALED BID NEGOTIATED CO 80021 b. TYPE OF CONTRACT ( one) US FIRM FIED PRICE COST REIMBURSEMENT NAICS Code: 236210 OTHER (Specify) 7. DESCRIPTION AND LOCATION OF WORK Mississippi Gate Additional Lane, Buckley AFB, Colorado Buckley AFB, CO 8. TYPE AND PERCENT OF SUBCONTRACTING Survey 1% Demo 1% Asphalt 12% Landscape 6% Earthwork/Utilities 5% a. AMOUNT OF BASIC b. TOTAL AMOUNT OF c. LIQUIDATED d. NET AMOUNT PAID 9. FISCAL DATA CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $4,332,374 $182,055 $4,454,521 10. SIGNIFICANT DATES a. DATE OF AWARD b. ORIGINAL CONTRACT c. REVISED CONTRACT d. DATE WORK COMPLETION DATE COMPLETION DATE ACCEPTED 09/04/2009 12/01/2010 12/02/2010 12/02/2010 11. OVERALL RATING ( appropriate block) PART II - PERFORMANCE EVALUATION OF CONTRACTOR OUTSTANDING ABOVE AVERAGE SATISFACTORY MARGINAL 12. EVALUATED BY UNSATISFACTORY (Explain in Item 20 on reverse) a. ORGANIZATION (Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area Code) USACE, OMAHA DISTRICT, ROCKY MOUNTAIN AREA, DENVER RESIDENT OFFICE 720-847-2637 c. NAME AND TITLE d. SIGNATURE e. DATE JENNIFER MCQUEEN //Electronically Signed// RESIDENT ENGINEER 05/23/2011 13. EVALUATION REVIEWED BY a. ORGANIZATION (Name and Address (Include ZIP Code)) b. TELEPHONE NUMBER (Include Area Code) USACE/NWO/ 719-570-7797 x3700 c. NAME AND TITLE d. SIGNATURE e. DATE BRIAN T. DZIEKONSKI //Electronically Signed// AREA ENGINEER 05/26/2011 14. AGENCY USE (Distribution, etc.) DD FORM 2626, JUN 94 (EG) ECEPTION TO SF 1420 APPROVED BY GSA/IRMS 6-94
PART III - EVALUATION OF PERFORMANCE ELEMENTS N/A = NOT APPLICABLE O = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY 15. QUALITY CONTROL N/A O A S M U 16. EFFECTIVENESS OF MANAGEMENT N/A O A S M U a. QUALITY OF WORKMANSHIP a. COOPERATION AND RESPONSIVENESS b. ADEQUACY OF THE CQC PLAN b. MANAGEMENT OF RESOURCES/ PERSONNEL c. IMPLEMENTATION OF THE CQC PLAN d. QUALITY OF QC DOCUMENTATION e. STORAGE OF MATERIALS f. ADEQUACY OF MATERIALS g. ADEQUACY OF SUBMITTALS h. ADEQUACY OF QC TESTING i. ADEQUACY OF AS-BUILTS j. USE OF SPECIFIED MATERIALS k. IDENTIFICATION/CORRECTION OF DEFICIENT WORK IN A TIMELY MANNER c. COORDINATION AND CONTROL OF SUBCONTRACTOR(S) d. ADEQUACY OF SITE CLEAN-UP e. EFFECTIVENESS OF JOB-SITE SUPERVISION f. COMPLIANCE WITH LAWS AND REGULATIONS g. PROFESSIONAL CONDUCT h. REVIEW/RESOLUTION OF SUBCONTRACTOR'S ISSUES i. IMPLEMENTATION OF SUBCONTRACTING PLAN 17. TIMELY PERFORMANCE a. ADEQUACY OF INITIAL PROGRESS 18. COMPLIANCE WITH LABOR STANDARDS SCHEDULE a. CORRECTION OF NOTED DEFICIENCIES b. ADHERENCE TO APPROVED b. PAYROLLS PROPERLY COMPLETED SCHEDULE AND SUBMITTED c. RESOLUTION OF DELAYS d. SUBMISSION OF REQUIRED DOCUMENTATION e. COMPLETION OF PUNCHLIST ITEMS f. SUBMISSION OF UPDATED AND REVISED PROGRESS SCHEDULES g. WARRANTY RESPONSE c. COMPLIANCE WITH LABOR LAWS AND REGULATIONS WITH SPECIFIC ATTENTION TO THE DAVIS-BACON ACT AND EEO REQUIREMENTS 19. COMPLIANCE WITH SAFETY STANDARDS a. ADEQUACY OF SAFETY PLAN b. IMPLEMENTATION OF SAFETY PLAN c. CORRECTION OF NOTED DEFICIENCIES 20. REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in determining the contractor's responsibility. Continue on separate sheet(s), if needed.) Small Business Utilization Does this contract include a subcontracting plan? No Is small business subcontracting under this contract included in a comprehensive small business subcontracting plan? N/A Is small business subcontracting under this contract included in a commercial small business subcontracting plan? N/A Date of last Individual Subcontracting Report (ISR) / Summary Subcontracting Report (SSR): N/A EVALUATOR REMARKS: Performance Review - Final 15. Quality Control 15(a) Quality of Workmanship - "Satisfactory" - Building was built to specifications and where questions of workmanship arose, they were quickly addressed and resolved. 15(b) Adequacy of CQC Plan - "Satisfactory" - The CQC Plan was well written and organized. It closely followed the requirements for content per the RFP. 15(c) Implementation of the CQC Plan - "Satisfactory" - Early on there was a learning curve to ensure all elements of the QC plan were implemented. As the project progressed, the CQC plan was followed closely. 15(d.) Quality of QC Documentation - "Satisfactory" - The contractor kept a daily track of work activities, noted deficiencies, and testing. 15(e) Storage of Materials - "Above Average" - Materials were brought on site "just in time" as needed. When materials were on site they were adequately protected from the elements. Materials were stored out of the way of work activities or when adjacent to the work activity, in such a way that they did not hinder safety or work progress. 15(f) Adequacy of Materials - "Above Average" - All materials were installed per specification and met the quality requirements of the contract. Materials also met the requirements of NAFTA and Buy American Act in the contract. In once incidence the contractor identified a mechanical system that was not American made, rejected it and corrected before the government was even involved. 15(g.) Quality of Submittals - "Satisfactory" - Early in the project, it was difficult to DD FORM 2626 (BACK), JUN 94
8. TYPE AND PERCENT OF SUBCONTRACTING (...continued) Foundation 2% Pop-Up Barriers 6% Concrete 3% Masonry 1% Metals 6% Insulation 1% Roofing 8% Doors/Windows 1% Drywall 0% Paint 0% Mechanical 1% Electrical 14% Flooring 0% Setpoint 1% Fencing 1% 20. REMARKS (...continued) receive submittals in a timely fashion that were correct and collated per specifications. The submittal process improved after late August and submittals "flowed" from the contractor to USACE closer to schedule and aligned with preparatory meetings. There was difficulty getting all submittals related to commissioning, fire alarm, and TAB into USACE in a timely manner. Others that were late included laminate clad casework, solid surface fabrications, gypsum board product data, interior distribution system, interior lighting, fire detection, and alarm system. The contractor was more proactive after August in meeting with the government representative on a regular basis to review status and outstanding submittals. 15(h) Adequacy of QC Testing - "Above Average" - The contractor and their testing agency ensured testing was conducted per the CQC and test matrix. Where questions arose, the contractor would bring these issues to the governments attention early for resolution. 15(i) Adequacy of As-Builts - "Satisfactory" - Redlines for As-Builts were updated weekly for the contract. Draft Final As-Builts had few comments and were well put together and accurately reflected the redlines. 15(j) Use of Specified Material - "Above Average" - The contractor used material as specified in the contract. Where variations occurred, they were correctly noted in the submittals along with reasoning for the variation. 15(k) Identification/Correction of Deficient Work in a Timely Manner - "Satisfactory" - Although deficiencies were relatively infrequent, where noted they were corrected quickly. An example includes several deficiencies on the OSI paved road that included road width and separation. These were coordinated with the government quickly and addressed by the contractor. 16. Effectiveness of Management 16(a.) Cooperation and Responsiveness - "Outstanding" - The contractor was very responsive to USACE concerns as they came up. Several examples where Ayuda was very cooperative included the following. On Monday October 11, 2010 Duane Judy (Base ATFP) noted that two trees not to be moved per contract impeded the line of site between the new guard house location and the pop-up barriers causing a possible security concern. Ayuda proactively moved these two trees immediately while they had the tree spade truck on site for other tree relocations resolving this issue. During the week of October 25th, the customer indicated they would prefer snow rails to snow guards. Rich Larson worked closely with USACE to ensure this request was met without additional cost to the contract. Early on in the contract, the contractor proactively and quickly responded to several large changes in the contract that included changes to the roof design and change out from bollards to berms. These changes were large in magnitude and successfully addressed by the contractor in a proactive responsive manner. 16(b) Management of Resources/Personnel - "Above Average" - The contractor found ways to efficiently manage resources. One early example was the contractor's decision to selfperform earthwork on the berms to reduce cost of this change. Roles and responsibilities were clearly defined on the jobsite for all personnel. 16(c) Coordination and Control of Subcontractors - "Above Average" - The contractor managed work such that resources were efficiently used at the jobsite. Challenges DD FORM 2626 (CONTINUED), JUN 94 3
20. REMARKS (...continued) encountered during this process included a labor strike by the carpenters. The contractor managed resources such that the project did not see any impacts from this strike. 16(d) Adequacy of Site Clean-Up - "Above Average" - The contractor did a good job of keeping staged materials in a tight location adjacent to the trailer. Trash and other construction debris was kept off the project site and cleaned up on a regular basis. The contractor removed dirt and debris from the paved roads regularly and did a good job of keeping these clean even during muddy conditions. 16(e) Effectiveness of Job-Site supervision - "Above Average" - The superintendent actively walked the jobsite on a regular basis and also managed site safety. When the superintendent was offsite and not available, the Quality Control representative or Project Engineer took on these roles. 16(f) Compliance with Laws and Regulations - "Above Average" - Complied with Stormwater Requirements in the issuance of the Notice of Intent and maintaining an accurate, complete, and current SWPPP. 16(g) Professional Conduct - "Above Average" - Rich Larson was always professional and approached all issues, concerns, and problems with a clear, calm manner. 16(h) Review/Resolution of Subcontractor's Issue - "Above Average" - Few subcontractor issues were noted by USACE which is likely a testament to the contractor's management of the subs. A labor strike did occur with the carpenter trade but there was no impact to the project. 16(i) Implementation of Subcontracting Plan - N/A 17. Timely Performance 17(a) Adequacy of Initial Progress Schedule - "Satisfactory" - The contractor met their existing schedule without any additional delays. 17(b) Adherence to Approved Schedule - "Above Average" - The contractor adhered to the schedule that included a complex phasing plan for traffic control. Despite the extensive traffic control required, it was implemented seamlessly and there were not any negative comments back from the customer on the plan. 17(c) Resolution of Delays - "Above Average" - The contractor worked to sequence work activities such that all delays were resolved. The contractor worked very quickly to resolve potential delays from modifications by turning around price proposals quickly. The modifications were such that without this proactive response, delays could have been substantial. 17(d) Submission of Required Documentation - "Satisfactory" - The contractor submitted all required documentation to include pre-construction submittals (Accident Prevention Plan, SWPPP, Quality Control Plan, etc.), dig permits, exposure hours, etc. 17(e) Completion of Punchlist Items - "Above Average" - The contractor developed, managed, and aggressively completed all punchlist items. The list developed could be clearly read and followed as to date item was identified, addressed, or ongoing status. 17(f) Submission of Updated and Revised Progress Schedule - "Above Average" - Progress schedules were updated and submitted monthly as part of the invoice procedure. 17(g) Warranty Response - N/A 18. Compliance with Labor Standards 18(a) - Correction of Noted Deficiencies - "Above Average" - Several were noted during the life of the contract. All were corrected immediately after they were noted. 18(b) - Payrolls Properly Completed and Submitted - "Above Average" - Payrolls were submitted regularly and timely. No problems were encountered. 18(c) - Compliance with Labor Laws and Regulations with Specific Attention of the Davis- Bacon Act and EEO Requirements - "Above Average" - Davis-Bacon wages were complied with. No problems were encountered. 19. Compliance with Safety Standards 19(a) Adequacy of Safety Plan - "Above Average " - The Accident Prevention Plan addressed all the requirements in the RFP. Specific elements for work activities at the site such as fall protection were addressed in the plan. 19(b) Implementation of Safety Plan - "Above Average" - The SSHO covered the jobsite and took careful note of any safety issues. In addition, the Quality Control and Project Engineer were thorough in assuring job site personnel complied with the Safety Plan. 19(c) Correction of Noted Deficiencies - "Satisfactory" - One of the key deficiencies DD FORM 2626 (CONTINUED), JUN 94 4
20. REMARKS (...continued) noted early in the project was related to construction of the roof for the canopy and guard house. The area was not always cordoned off during roof work and workers were not always using fall protection. These deficiencies were noted and brought to the contractor's attention. The contractor regrouped and came up with an improved plan to ensure these measures were addressed in a very quick manner. For the balance of the life of the project, no additional deficiencies were noted. CONTRACTOR REMARKS: Ayuda ASR JV appreciates the opportunity to perform this project for the USACE Omaha District. This was a great project and we look forward to working with the USACE again soon. We appreciate your feedback on our work, as we constantly strive for improvement. CONCURRENCE: I concur with this evaluation. CONTRACTOR NAME: SONYA YUNGEBERG TITLE: EEC VP/COO PHONE: 303-999-2020 DATE: 05/23/2011 REVIEWER REMARKS: Thank you to the entire team for a job well done. DD FORM 2626 (CONTINUED), JUN 94 5