Professional Documents
Culture Documents
April 2013
TABLE OF CONTENTS
Page
Section 1 -- Introduction
15
17
23
25
27
Section 9 -- Resources
29
Table of Contents
Page 1 of 143
Updated: April 2013
31
41
53
87
111
115
129
139
Table of Contents
Page 2 of 143
Updated: April 2013
PURPOSE
The purpose of this document is to provide guidance to ODOT Project Management staff who
oversees consultants performing Contract Administration/Construction Engineering work on
construction projects. The guidance provided in this document is not for projects being handled by
Certified Agencies.
For purposes of this guidance document, the ODOT Project Manager or Local Agency Liaison will
be referred to as the Agency PM, the Consultant or city/county personnel as the Construction PM,
and the Construction Contractor as the Contractor.
There are work requirements throughout this document that are the Agency PMs responsibility to
ensure are completed. However, it is understood that the Agency PMs workload may not allow for
the Agency PM to complete all the tasks on their own. The Agency PM should know what resources
are available within their region so they can ask for help. For example, the Construction PM staff,
Maintenance staff, Region Assurance staff, and/or Quality Assurance staff might be available to do
some inspection work on a project if their work allows. Contacting the Construction PM or the
District Maintenance supervisor in the area of the project to let them know about the project and
what assistance might be needed may help ensure that the project is more successful.
This document will assist the Agency PM by providing reasonable checks and balances on the
performance of the Construction PM. The goal is to have a quality project that meets all the
requirements of the construction contract and the practices established in the ODOT Construction
Manual, the Inspectors Manual, QCCS Manual, Manual of Field Test Procedures, and/or other
relevant manuals.
DEFINITIONS
Agency PM/APM
CA/CEI
Construction Contractor
Construction PM
Consultant NTP
Contractor NTP
OPO
QCCS
RAS
WOC
Table of Contents
OVERVIEW
This guidance document is subdivided into nine sections that coincide with the issuance of the
WOC and the construction of a project. The sections are:
Section 1: Introduction
Section 2: CA/CE WOC Preparation
Section 3: Prior to Construction Contract Pre-Bid to Bid Letting (includes WOC
Administration)
Section 4: Bid Letting to Construction Contract NTP
Section 5: Construction Contract NTP to Second Notification
Section 6: Second Notification to Third Notification and Project Close-Out Activities
Section 7: WOC Closeout
Section 8: Tools and Form Examples
Section 9: Resources
Two documents have been developed to assist the Agency PM with administering the Work Order
Contract between ODOT and a selected Consultant. The first document is the Agency Oversight
Responsibility Matrix (Appendix A) which outlines tasks throughout the construction project and
defines the roles and responsibilities for the Contractor, the Construction PM, and the Agency PM.
The second document is the Agency Project Manager Checklist (Form 734-2889, Appendix B)
which documents when tasks are completed.
Links to resources, tools, and forms are included throughout as well as included at the end of this
document. The full path of the links will only be included at the end of this document.
Construction Manual
Although there are many manuals utilized during the construction project, the Construction Manual
provides instructions and guidance to the Construction PM. The Agency PM should become very
familiar with the Construction Manual. The Construction Manuals website is located at:
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/pages/cm.aspx.
Table of Contents
Page 4 of 143
Updated: April 2013
Section 2
WOC Preparation
Page 5 of 143
Updated April 2013
The Agency PM, local agency representative (where appropriate), and Consultant must meet
(may be conference call) to review the WOC and negotiate hours and costs before the WOC is
signed. The Agency PM may request assistance from OPO for WOC negotiations with the
Consultant. The Agency PM will also need to prepare a Profit Fee Worksheet for negotiation of
profit [except if Consultant is using only Negotiated Billing Rate (NBR) schedules]. All negotiated
items need to be recorded in a Record of Negotiations that becomes part of the procurement
record for the WOC (see WOC Preparation section below). Detailed guidance and
documentation requirements for negotiations are available in the following:
o Negotiated Procurements Directive
o ODOT Negotiations Guide
The Agency PM must check that the Consultant has the personnel necessary to carry out the
CA/CEI services. This must include a review of the certifications held by the inspector(s) and
QCCS personnel used on the project. All construction inspectors and QCCS personnel must
have the proper certification(s) in order to work on the project. This certification check should
occur prior to signing the WOC and semi-annually (or as staffing changes occur) thereafter.
This information must be documented on the Quality Assurance & Contract Administration Plan
(discussed further in Section 5 of this document). It may be all right for the Consultant to have a
plan to obtain the certifications at the time the WOC is signed. One example would be a project
where the duration is more than a year and the Consultant would have plenty of opportunity for
their staff to obtain the HMAC certification before the paving work begins. Additional checking of
certifications must take place if this plan is allowed.
Personnel performing QCCS duties in specific areas are required to have an ODOT technician
certifications as appropriate in the following areas:
Certified Aggregate Technician (CAgT)
Certified Asphalt Technician 1 (CAT-I)
Certified Embankment and Base Technician (CEBT)
Certified Density Technician (CDT)
Quality Control Technician (QCT)
An additional three technician certifications are recommended for QCCS personnel:
Certified Asphalt Technician 2 (CAT-II)
Concrete Control Technician (CCT)
Certified Mix Design Technician (CMDT)
As outlined in the ODOT Inspection Certification Program document, all inspectors are required
to have the following ODOT certification:
Certified General Inspector (CGI)
However, the document does discuss the situation regarding Project Managers supplementing
staff with non-Certified personnel during periods of heavy construction activities. Please refer to
the program document for further discussion.
In addition, inspectors are required to have the following ODOT certification(s) if they inspect
any work covered by the separate discipline(s):
Certified Bridge Construction Inspector (CBCI)
Certified Drilled Shaft Inspector (CDSI)
Certified Environmental Construction Inspector (CECI)
Certified Hot Mix Asphalt Concrete Inspector (HMAC)
Certified Traffic Signal Inspector (CTSI)
Section 2
WOC Preparation
Page 6 of 143
Updated April 2013
WOC PROCESSING
Once the CA/CEI Statement of Work and Delivery Schedule template has been completed and
all parties agree that the work as outlined is accurate for the construction project, documentation
must be sent to OPO for processing of the WOC. The documents that must be submitted to
OPO are the Contract Request, the Record of Negotiations, the Profit (Fee) Worksheet, and the
completed Breakdown of Costs.
Appendix D shows examples of each of these documents.
OPO will process the WOC which may include a review by the Department of Justice for legal
sufficiency. This process may take several weeks due to workload. OPO will provide a redline
review copy of the final draft to the APM to ensure that the WOC meets the needs of the project.
Once both OPO and the APM are satisfied with the drafted WOC, OPO will finalize the
document and obtain the appropriate signatures. After all signatures have been obtained, OPO
will send a notice of contract execution to the APM and the Consultant, this is not the notice to
proceed. The Notice to Proceed comes from the APM.
An example of a good notice to proceed is below:
Firm's PM Name:
Name of Firm:
Contract Value:
Contract Expiration:
Please email a reply to confirm receipt.
All required signatures have been obtained on this contract. Please consider this email
your Notice to Proceed effective ___________ for the above referenced project.
Please be advised that any changes including scope, schedule, and budget requires
prior execution of an amendment to the WOC/Contract to be legally valid. Please
advise me as soon as possible if you believe changes to the WOC/Contract become
necessary so that an amendment can be considered and negotiated if determined by
Agency to be appropriate. The NTE amount, Fixed-Price, or Fixed-Fee amount (as
applicable to this WOC/Contract) may be adjusted by Agency or renegotiated to:
Reduce the NTE, Fixed-Price or Fixed-Fee amount associated with WOC Tasks
and/or Deliverables that were not authorized by Agency or not performed by
Consultant;
Reduce the NTE, Fixed-Price or Fixed-Fee amount commensurate with
deductive amendments to reduce the risk associated with the project or to
reduce the scope of work required under the WOC;
Increase the NTE, Fixed-Price or Fixed-Fee amount for additional Tasks and/or
Deliverables added to the scope of work via amendment to the WOC.
If there are contingency dollars available on this WOC, a separate Notice to Proceed
email from me is required before the work may begin.
Send a copy of the NTP email to the OPO Consultant Performance Evaluation mailbox. Once
the Notice to Proceed has been sent to the Consultant, work can begin.
Section 2
WOC Preparation
Page 7 of 143
Updated April 2013
Section 2
WOC Preparation
Page 8 of 143
Updated April 2013
When the WOC has been executed, OPO will send an email to the Agency PM. Once this
happens, the Agency PM must issue a Notice to Proceed to the Consultant to let them know
that their work can commence on the project. This can be done by email. Example language
could be The WOC for the _________ project has been executed effective [date]. This is your
official notice to proceed on the work outlined in the WOC. Any work done prior to the Notice to
Proceed being sent to the Consultant cannot be paid for under the WOC.
Once the Consultant Notice to Proceed has been sent to the Construction PM, the Agency PM
will set up an orientation meeting with the Consultant. It is recommended that the Region
Assurance Specialist who will be assigned to the project and any appropriate local agency
personnel also be invited to the meeting. At this meeting the agenda should include at a
minimum:
Work Order Contract requirements
Invoice and Progress Report submittals
Construction Project Manager Responsibilities and Project Authorities
Communication
Advertising and Bid Letting Requirements
Documentation Requirements
o Project Documents
o Chapter 12 of the Construction Manual
o Progress Estimates (payment requirements to the Contractor)
o Sample Quantity and Quality guidelines
o Responsibility Matrix
Consultant Performance Evaluations
Section 3
Prior to Construction Pre-Bid to Bid Letting
Page 9 of 143
Updated April 2013
The invoice needs to be reviewed against the WOC to ensure that the invoice meets the terms
and conditions of the contract. The items that need to be considered are:
Compare billing rates on the invoice against the budget prepared for the WOC.
Were deliverables received as indicated on the WOC?
Were appropriate receipts included (lodging, third party invoices, etc.)?
Is there enough time on the WOC to complete remaining work?
If additional time and/or money are needed to complete any of the work, a WOC amendment
needs to be prepared and processed through OPO.
COMMUNICATION
Communication between Agency personnel and the Construction PM is critical to the success of
the project. In order to ensure proper communication the Agency PM should:
Provide the names and phone numbers for the appropriate local agency personnel
involved in the project (as appropriate), Region Public Information Officer (PIO) unless
the local agency is performing this work, Region Environmental Coordinator (REC) and
Motor Carrier Transportation Division (MCTD) to the Construction PM prior to the PreCon meeting.
Section 3
Prior to Construction Pre-Bid to Bid Letting
Page 10 of 143
Updated April 2013
Verify that the Construction PM uses the services of the PIO for distribution of project
information. In contracts where the Construction PM is responsible to provide PIO
services, the distribution of information must be coordinated with the Region PIO.
Verify that the Construction PM uses the services of the REC to provide an overview of
the permit conditions for the project.
Remind the Construction PM that there is a 28-calendar day notice required to MCTD for
changing the horizontal or vertical clearance on a project. (This does not apply to local
roads or streets.) Any such change to clearances would require the submittal of the
Highway Restriction Notice (Form 734-2357).
Section 3
Prior to Construction Pre-Bid to Bid Letting
Page 11 of 143
Updated April 2013
DOCUMENTATION REQUIREMENTS
Project Documents
At the orientation meeting, the Agency PM will provide a copy of the Project Plans, Special
Provisions and other relevant project data to allow the Construction PM to become familiar with
specific project requirements prior to bid letting if they havent done so already.
Progress Estimates
The Agency PM needs to ensure that the Construction PM has the correct access to the
Contractor Payment System (CPS). At the meeting, there should be understanding regarding
how the process will work for submitting payments through CPS.
The Construction PM will enter paynotes into the system as recommended for payment.
The Agency PM will review the progress estimates and cost reports and upload the
information for a progress payment to the Contractor.
The Construction PM will enter the CE spent into CPS using the Expenditure Report
data from CPS. The Agency PM should double-check for accuracy.
The Agency PM should determine if the Agency or Consultant needs training regarding
the use of CPS. If so, the Agency PM should contact the Contract Administration Unit.
Section 3
Prior to Construction Pre-Bid to Bid Letting
Page 12 of 143
Updated April 2013
Responsibility Matrix
Review the Agency Oversight Responsibility Matrix. This matrix is a summary of the specific
tasks outlined through the Construction Manual. Below shows the fields available in the matrix:
Section 3
Prior to Construction Pre-Bid to Bid Letting
Page 13 of 143
Updated April 2013
Section 4
Bid Letting to Construction Contract NTP
Page 14 of 143
Updated April 2013
OPO coordinates the award process and distributes all of the documentation to appropriate parties.
This will include the Award Letter, the Construction Notice to Proceed, and the Original
Construction Authorization. The Agency PM should review and understand what is in the Original
Construction Authorization for the project (see below matrix for a breakdown of what the
authorization contains).
The Agency PM should be familiar with the projects construction authorization and review the
authorization with the Construction PM. The Agency PM must stress that under no circumstances
should the budget be overspent without discussions with the Agency PM who will coordinate with
the appropriate Region staff on the options available to complete the project.
The Construction Engineering (CE) budget is one aspect of the Construction Authorization. PD-08
outlines the process for establishing CE Budgets. The Agency PM should review the CE budget
with the Construction PM to ensure that the CE budget reflects expected costs during the
orientation meeting after the WOC NTP. After the Notice of Intent to Award is sent to the
Construction Contractor by OPO and in accordance with PD-08, OPO will request the final CE
budget from the Agency PM. PD-08 provides the guidelines for establishing the CE budget which is
determined by the category of project (i.e., modernization, bridge, preservation, etc.).
The Agency PM must ensure that the CE budget includes amounts to cover Agency PM oversight,
Region costs, Consultant costs, and Construction Section costs. If the CE budget percentage
exceeds the guidelines, the Agency PM must supply a narrative justifying the additional amount to
their appropriate Area Manager for review. It is assumed that this will occur on most projects
covered under this document since there are additional oversight costs by ODOT which are in
addition to standard project management costs.
The Agency PM and the Area Manager will sign the final CE Budget and return the CE Budget to
OPO along with any justification for exceeding the guidelines within 3 days (5 days for a local
agency project) after receiving the request from OPO.
Chapter 7 of the Construction Manual provides guidance regarding unbalanced bids. If there is an
unbalanced bid, the Agency PM should work with the Construction PM to deal with unbalanced bid
items as directed in the chapter.
Section 4
Bid Letting to Construction Contract NTP
Page 15 of 143
Updated April 2013
Section 4
Bid Letting to Construction Contract NTP
Page 16 of 143
Updated April 2013
The activities for the Construction PM under this section are covered in the Construction Manual.
The discussions below pertain specifically to the Agency PMs role to ensure that the work is being
completed. The Agency Oversight Responsibility Matrix summarizes the information in a table
format.
Section 5
Construction NTP to Second Notification
Page 17 of 143
Updated April 2013
date when the Contractor or Subcontractor begins Aggregate source development, erection of a
plant, or the performance of a construction operation called for by the Contract.
General Guidance
This section provides some general guidance to use throughout the life of the project.
Weekly Meetings: Depending on the size and complexity of the project the Agency PM may
consider periodically attending a weekly project meeting, if applicable. If any meetings are held, the
Agency PM should obtain and review the meeting minutes. If any issues are apparent the Agency
PM should contact the Construction PM to determine how the issue will be resolved.
Site Visits: It is recommended that the Agency PM visit the project site and Construction PM project
office once per month during construction of the project to perform a review of the Construction
PMs work.
Prior to going to the Construction PMs office to do the review, pull the Expenditure Report from the
Reports view in the Contract Payment System. This report shows expenditures by EA/Subjob, by
activity, by crew number. The Agency PM should review this with the Construction PM to ensure
that the project budget is on track. A sample of this report is shown in Appendix G.
Using the Project Checklist, the RAS Document Review Form, and the Consultant Evaluation form,
the Agency PM should complete the Project Review Checklist and Corrective Action Plan (Form
734-2890) and review with the Construction PM on a quarterly basis. This should start the first
month after active construction begins to assure that the Construction PM gets started properly.
The checklist will indicate whether or not the Construction PMs work meets construction contract
requirements. Any deficiencies that are found during a review will be documented that identifies the
deficiency and the timeline to correct the deficiency. The Construction PM will prepare a response
that will show how the deficiency was rectified, by whom, and what efforts will be taken to prevent
reoccurrence. The Agency PM will keep these checklists and corresponding responses and submit
them as part of the final documentation.
Independent Region Assurance Specialist Reviews: The Construction Section will assign a Region
Assurance Specialist (RAS) to perform checks throughout the construction project. The RAS will
schedule an initial interview with the Construction PM. For periodic reviews, the RAS typically
reviews project documentation every 90 days. During the review the RAS documents any
unresolved items on the Document Review Report (DRR). The Construction Leadership Team
developed a system for prioritizing issues on the DRR (see Appendix H). Issues may be prioritized
as Low, Medium, and High. The priority level will identify the individuals to whom the notification of
the issues will be escalated to if the issue remains unresolved.
Overruns/Increases: Chapter 5 of the Construction Manual discusses the process for addressing
overruns or increases in the construction authorization. The Agency PM and the Construction PM
are both responsible to ensure that the Construction Authorization is not exceeded without proper
approval. The Agency PM needs to be aware of the expenditures on a project and ensure that the
Construction PM understands how important it is to communicate any issues with the
Authorizations so that approvals can be obtained when needed (before the dollars are expended).
More information for tracking project costs is included above under Site Visits.
The Construction Authorization can only be changed by the formal process for
overrunning/increasing the construction authorization. Chapter 5 of the Construction Manual
provides full instructions for that process.
Section 5
Construction NTP to Second Notification
Page 18 of 143
Updated April 2013
The Agency PM is responsible for working on determining funding source(s). For projects involving
local funding, contact the Program and Funding Services manager for funding availability. The
Agency PM will have the responsibility of obtaining appropriate approvals.
Section 5
Construction NTP to Second Notification
Page 19 of 143
Updated April 2013
there is a possibility that FHWA wont participate in paying for any or all of that work on
federal-aid projects.
The Construction Section enters subcontract information into a database to ensure that the math is
correct and verifies that the numbering is correct. If there are any problems with the information
submitted, the Construction Section will send an email to the Construction PM and the Agency PM
outlining the issues. If the amount exceeds the 70% limit and there isnt an FHWA approval
included with the subcontract, the Construction Section will contact the Agency PM to make them
aware of the problem.
Section 5
Construction NTP to Second Notification
Page 20 of 143
Updated April 2013
Section 5
Construction NTP to Second Notification
Page 21 of 143
Updated April 2013
Section 5
Construction NTP to Second Notification
Page 22 of 143
Updated April 2013
Once the Second Notification is issued by the Construction PM, a meeting should occur at the
project site which would include the Agency PM, the Construction PM, and appropriate Local
Agency staff to develop an agreed upon punch-list for the Construction Contractor. The Agency
PM should monitor the Construction PMs progress of the project close-out activities and the
Construction Contractors completion of the punch-list items. The Agency PM should participate
in the final inspection of the project with the Construction PM and the Construction Contractor.
The Agency PM should check to see that the Construction PM has submitted all original records
that substantiate the supporting data for the final quality and quantities. The Agency PM should
check to see that the Document Review Report that is prepared by the Region Assurance
Specialist is complete for all identified items and OCR Field Coordinator records and reports are
completed. The Agency PM should check to see that the Consultant distributed the final project
records to the appropriate Agency offices. Refer to the Agency Oversight Matrix for a list of the
semi-final submittal requirements.
Final Project Documentation (Construction Manual, Chapter 37)
After Second Notification has been issued, the Construction Section tracks the following
submittals: Final Q&Q, Labor Compliance, Third Notification, Final Payment (by others), State
Force Work completion, PM Narrative Report, and ROW Monumentation. The plant
establishment period will be identified in the Special Provisions for the Construction Project.
Third Notification cannot be issued until the plant establishment period is complete.
The Agency PM must check the status of the above submittals quarterly until all submittals are
received by the Construction Section. The best way to do this is to use the monthly update of
the Status Report 2nd Note to Final report prepared by the Construction Section. The
Agency PM should document missing submittals on the Agency Oversight Project Review
Checklist and Corrective Action Plan (Form 734-2890). The Agency PM should meet with the
Construction PM quarterly to track missing items and assure proper resolution. The
Construction Section will set the date for the EA to close once all of the submittals have been
received and final payment has been made to the Construction Contractor which includes
payrolls for the final plant establishment period.
Section 6
Second Notification to Third Notification and Project Close-Out Activities
Page 23 of 143
Updated April 2013
Section 6
Second Notification to Third Notification and Project Close-Out Activities
Page 24 of 143
Updated April 2013
Once all the work has been completed under the WOC, the Agency PM must fill out the
Consultant Performance Evaluation. It is recommended that the tools used to track the project
(e.g., Agency PM Checklist, Agency Oversight Project Review Checklist and Corrective Action
Plan, Document Review Report) be used to assist with the completion of the evaluation.
The Agency PM should try and meet with the Consultant and review the evaluation with them.
Once the form has been completed, send a copy to OPO.
All of the documentation for the work order contract should be kept for ten years. The
documentation may be kept electronically. The documentation would include:
Work Order Contract
Documentation for selecting Consultant, including Record of Negotiations, Profit
Worksheet, etc. (if applicable)
Financial Spreadsheet
Copies of all invoices and supporting documentation
Agency PM Checklist
Agency Oversight Project Review Checklist and Corrective Action Plan
Consultant Evaluation
After ten years this documentation can be destroyed.
Section 8
Tools and Forms
Page 25 of 143
Updated April 2013
Section 8
Tools and Forms
Page 26 of 143
Updated April 2013
Statement of Work and Delivery Schedule Template. This template is used for those projects
where the Construction PM responsibilities will be performed by a Consultant.
Agency Oversight Responsibility Matrix. This matrix will assist the Agency PM and the
Construction PM to provide guidance on who is responsible for all of the tasks associated with a
construction project. It will be broken down by the following areas:
WOC Preparation
Throughout Life of the Project
Phase 1: Between Bid Letting and First Notification
Phase 2: Between First Notification and Second Notification
Phase 3: Between Second Notification and Third Notification
Phase 4: Between Third Notification and Final Payment
Agency Project Manager Checklist. This checklist will be used by the Agency PM to track
completion of submittals and major milestones throughout the construction project.
Project Review Checklist and Corrective Action Plan. This checklist will be used by the Agency
PM to assist with the review of the Consultant PM documentation and progress at scheduled
meetings. If there are deficiencies, they will be noted on this checklist and given to the
Construction PM for resolution.
Consultant Performance Evaluation. This form must be completed by the Agency PM provided
to and discussed with the Consultant. The form should be submitted to the OPO Consultant
Performance Evaluation mailbox for processing.
Forms Website. The required forms are located on the Construction Forms Website:
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/HwyConstForms1.shtml. If there are
forms that are needed that are not on this website, please contact Lori Butler at
(Lorraine.e.butler@odot.state.or.us) or at 503.986.3007.
Section 8
Tools and Forms
Page 27 of 143
Updated April 2013
Section 8
Tools and Forms
Page 28 of 143
Updated April 2013
SECTION 9: RESOURCES
Resource
Construction
Manual
Construction
Forms
Consultant
Evaluation
Form
Contract
Administration
Unit
Information
Forms
Responsibility
Matrix
Inspectors
Manual
Manual of
Field Test
Procedures
Non-Field
Tested
Materials
Guide
OPO Full
Service
Agreements
Local Agency
Consultant
Selection
Qualified
Products List
Standard
Specifications
WOC
Payment
Spreadsheet
template
example
ODOT
Inspection
Certification
Program
document
Section 9
Resources
Weblink
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/pages/cm.aspx
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/Pages/HwyConstForms1.aspx
file://Scdata2/OPOnet/Forms/PSK/AE/CACEIeval.xls
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/ca/docs/contractservicespersonnel.pdf
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/ca/docs/formslist.xls
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/docs/InspectorsManual.pdf
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/pages/mftp_manual.aspx
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/docs/NFTMAG.pdf
http://transnet.odot.state.or.us/cs/opo/Webpage/AE-FullService.aspx
http://www.oregon.gov/ODOT/CS/OPO/pages/lap_select.aspx
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/QPL/Docs/QPL.pdf
http://www.oregon.gov/ODOT/HWY/SPECS/Pages/standard_specifications.aspx
ftp://ftp.odot.state.or.us/techserv/construction/TrainingManuals/ConsultantOversightManual/WOC_Payment_Spr
eadsheet_Example.xls
ftp://ftp.odot.state.or.us/techserv/construction/QA_Certification/inspection_certification_program.pdf
Page 29 of 143
Updated April 2013
Section 9
Resources
Page 30 of 143
Updated April 2013
Appendix A
Agency Oversight Responsibility Matrix
The Agency Oversight Responsibility matrix provides a summary of required tasks and who is
responsible for what in a tabular format.
Appendix A
Page 31 of 143
Updated April 2013
Appendix A
Page 32 of 143
Updated April 2013
AGENCY OVERSIGHT
RESPONSIBILITY MATRIX
Task
Construction
Manual
Chapter*
2008 Spec
No.
SOW
Task
No
Form No
SOW
Template
Chapter 6
Addenda
Chapter 6
Construction Engineering
Budget Finalized
Chapter 5
Chapter 11
00170.20
CE 2.3
Cooperative Arrangement /
Project Partnered
Workshop
Chapter 11
00150.05
CE 2.2
Permits
Chapter 20
00170.02
00170.03
CE 3.1
Safety Questionnaire
Chapter 17
AgencyOversightResponsibilityMatrix
CE 2.4
734-2857
Std96002
Construction PM Role
Agency PM Role
Pre-Bid Diary
Frequency
General Remarks
Once
Once
Page1of8
UpdatedApril2013
Task
Construction
Manual
Chapter*
2008 Spec
No.
SOW
Task
No
Form No
Frequency
Construction PM Role
Agency PM Role
Preconstruction Conference.
Pre-Construction
Conference
Chapter 11
00180.42
CE 2.1
Once
Chapter 11
00195.12(a
)
CE 2.4
Once
Transit-Oriented
Directional (TOD) and
Business Logo Signs
Chapter 11
00225.02
CE 2.4
Once
Project Schedule
Chapter 11
00180.41
CE 2.4
Once initially
and then
periodically
throughout the
life of the
project
Chapter 11
00225.05
CE 2.7
Once initially
and then as
needed
Chapter 11
00280.02
CE 2.7
Once initially
and then as
needed
Chapter 11
00290.30
(b)
CE 2.7
Affirmative Action
Programs
Chapter 18
First Note
Chapter 13
CE 2.4
00110.20
Project Records
CE 2.4
CE 2.6
Chapter 12
AgencyOversightResponsibilityMatrix
CE 2.4
Once
734-3233
Assist as needed.
General Remarks
Page2of8
UpdatedApril2013
Task
Daily Progress
Construction
Manual
Chapter*
Chapter 12-A
2008 Spec
No.
SOW
Task
No
CE 3.2
Form No
734-3474
Frequency
Construction PM Role
Daily
Daily if
required
734-1789
Chapter 12-A
CE 3
734-2474
Chapter 12-A
CE 3.1
734-2361
Turbidity Monitoring
Report
Chapter 12-A
CE 3
734-2755
Chapter 12-A
CE 3
734-2599
Chapter 12-A
Chapter 17
CE 2.4
734-3589
Report of Damage to
Highway Structure
Chapter 12-A
Chapter 17
Test Summaries
Chapter 12-B
734-3373
CE 3.2
Quality Documentation
Review
Chapter 12-B
Chapter 12-C
00125.25
StatSpec Completion
Chapter 12-C
00165.30
AgencyOversightResponsibilityMatrix
734-1902A
734-1902B
734-1902BQA
Ongoing
CE 3.3
CE 3.3
As needed
Worksheet
As needed
Agency PM Role
If there is an issue with this, RAS
reviews will include the item on the
DRR. Might need to assist the
Construction PM to ensure the issues
are dealt with.
If there is an issue with this, RAS
reviews will include the item on the
DRR. Might need to assist the
Construction PM to ensure the issues
are dealt with.
If there is an issue with this, RAS
reviews will include the item on the
DRR. Might need to assist the
Construction PM to ensure the issues
are dealt with.
If there is an issue with this, RAS
reviews will include the item on the
DRR. Might need to assist the
Construction PM to ensure the issues
are dealt with.
If there is an issue with this, RAS
reviews will include the item on the
DRR. Might need to assist the
Construction PM to ensure the issues
are dealt with.
Should be notified about the
investigation.
General Remarks
Original to Project Manager. Maintain on file and submit
originals to Contract Services with final project
documentation submittal.
Review submittal.
Page3of8
UpdatedApril2013
Task
Quantity Documentation
Review
Construction
Manual
Chapter*
Chapter 12-D
2008 Spec
No.
SOW
Task
No
CE 2.5
Form No
Frequency
Often
Chapter 12-E
00195.20
(a)
CE 2.5
As needed
Escalation De-escalation
analysis
Chapter 12-E
00195.10
00195.12
CE 2.4
As needed
Fabrication Inspection
Chapter 12-E
00165.91
CE 2.4
As needed
Agency-Provided Weigh
Technician
Chapter 12-E
00190.20
(g)
CE 2.4
As needed
Performing Work at
Contractors Expense
Chapter 12-E
00220.60
(d)
CE 2.4
Rarely
Materials Testing at
Contractors Expense
Assessing Liquidated
Damages
Chapter 12-E
00165.04
CE 2.4
As requested
Chapter 12-E
Chapter 13
00180.85
(b)
CE 2.4
As needed
Incentive / Disincentive
Chapter 12-E
00198.00
CE 2.4
Rarely
Lane Closures
Chapter 12-E
00220.00
CE 2.4
Rarely
AgencyOversightResponsibilityMatrix
Construction PM Role
Agency PM Role
General Remarks
Assist as necessary.
Coordinate as necessary.
Page4of8
UpdatedApril2013
Task
Railroad Protective
Services
Construction
Manual
Chapter*
Chapter 12-E
2008 Spec
No.
00170.01
(e)
SOW
Task
No
CE 2.4
Form No
Frequency
Rarely
Chapter 12-F
00195.60
CE 2.4
734-2600
As needed
Chapter 12-G
Chapter 15
00140.60
CE 2.4
734-3208
734-3428
As Constructed Plans
Chapter 12-H
Weekly Statement of
Contract Time
Chapter 13
00180.50
CE 2.4
Suspensions of Work
Chapter 13
00180.70
CE 2.4
Project Delays
Chapter 13
00180.60
00180.80
CE 2.4
734-3320
As needed
Subcontract processing
Chapter 14
00180.20
CE 2.4
734-1395
734-2518
As needed
CE 5.2
734-3483
Depends
As needed
Chapter 15
See Const.
Manual
CE 2.4
734-1169
As needed
Chapter 15
See Const.
Manual
CE 2.4
734-3208
As needed
Chapter 15
CE 2.4
734-1105
Shop/Working Drawing
Submittals
Chapter 16
Chapter 11
Commercially Useful
Function evaluation
Chapter 18
AgencyOversightResponsibilityMatrix
00150.35
CE 2.7
CE 2.4
734-2165
Construction PM Role
Agency PM Role
As needed
As needed
Assist as needed.
Refer to
Const. Manual
General Remarks
Assist as needed.
Page5of8
UpdatedApril2013
Task
Summary Report of
Subcontractors Paid report
Construction
Manual
Chapter*
Chapter 18
2008 Spec
No.
SOW
Task
No
CE 2.4
Form No
Frequency
734-2722
Monthly
EEO Reports
Chapter 18
CE 2.4
731-0668
734-3858
Monthly
ODOT Apprentice/Trainee
Monthly Reports
Chapter 18
CE 2.4
734-0332
Monthly
Chapter 18
CE 2.4
734-0504
Monthly
Chapter 19
CE 2.4
Wage Interviews
Chapter 19
CE 2.4
734-3475
Every six
months
Prevailing Wage
Complaints
Chapter 19
CE 2.3
734-2547
As needed
Construction Surveying
Chapter 20
Survey Markers
Chapter 20
Sources of Materials
Chapter 22
Buy America
Chapter 22
Material Quantities
Chapter 23
CE 2.4
Release of Retainage by
Subcontractor
Chapter 25
CE 2.4
Claims Against
Contractors Bond
Chapter 26
CE 2.4
As needed
Chapter 27
CE
2.10
As needed
AgencyOversightResponsibilityMatrix
00150.15
00305.00
Monthly
CE 4.2
CE 2.4
As needed
00160.01
CE 2.4
00160.20
CE 2.4
Check
Construction
Manual
As needed
00140.40
00180.6080
00199.00
734-2126
734-2510
As needed
Construction PM Role
Contractor submits form to Construction
PM who submits a copy to the appropriate
Civil Rights Specialist.
Ensure that the contractor and each
subcontractor submit completed reports
by the 5th of each month. Forward
completed forms to appropriate Civil
Rights Specialist
Verify the hours against hours submitted
on certified payroll records. Forward to
appropriate civil rights specialist each
month.
Verify the hours against hours submitted
on certified payroll records. Forward to
appropriate civil rights specialist each
month.
Verify certified payroll is correct. If not
take steps outlined in Construction
Manual to correct deficiencies.
Interview random employees of any
contractor who worked on the project
within that period.
Investigate prevailing wage complaints.
Coordinate with the Office of Civil Rights
as appropriate.
This depends on who is doing the
construction surveying on the project.
Refer to the Construction Manual.
If survey markers are to be destroyed
during construction, complete Survey
Mark Report Form and submit to ODOT
Geometronics Unit.
Ensure Contractor complies with all
material source requirements as outlined
in the Construction Manual.
Ensure Contractor completes a Certificate
of Materials Origin before any iron or steel
are incorporated into the project. For steel
fabrication, schedule inspections with
ODOT Structure Services.
Verify and document material quantities
needed for the project.
Review submittals by Contractor, review
work of subcontractor to ensure their work
is complete. Submit to the Contract
Services Unit for processing as warranted
If PM receives request for payment
against a contractors bond, submit the
letter to the Contract Administration
Engineer.
Follow claims process outlined in
Specifications.
Agency PM Role
General Remarks
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist as needed.
Assist Construction PM as appropriate.
Assist as needed.
Page6of8
UpdatedApril2013
Task
Load Restrictions
Construction
Manual
Chapter*
Chapter 30
2008 Spec
No.
00150.60
SOW
Task
No
CE 2.4
Form No
Frequency
Periodically
Chapter 31
CE 2.4
734-2768
As needed
Chapter 34
CE 5.1
734-2469b
See remarks
Second Notification
Chapter 13
CE 5.1
734-3233
See remarks
As Constructed Plans
Chapter 37
CE 5.2
Chapter 18
Chapter 19
CE 5
Labor Compliance
Certification
Chapter 19
CE 5.4
Materials Remaining
Chapter 33
Contractors Construction
Process Feedback
Chapter 34
Final Inspection
Chapter 36
00150.90
CE 5.1
Final Acceptance
Chapter 36
00150.95
CE 5.1
Chapter 37
CE 5.4
Semi-Final Documentation
Chapter 37
CE 5.4
734-2706
Materials Certification
(Final)
Foreign Steel Summary
Chapter 37
CE 5.4
734-1979
Chapter 37
CE 5.4
734-1968
Chapter 37
CE 5.4
Preliminary Progress
Payment Report
State Force Order Notice
of Completion
Chapter 37
CE 5.4
Chapter 37
CE 5.4
AgencyOversightResponsibilityMatrix
00195.80
CE 2.4
CE 5.1
734-1734
734-2469a
734-1384
Construction PM Role
Review weigh memos to determine load
limits are within legal limits. Resolve any
issues with overweight loads.
Review and complete ODOTs portion of
the form within seven days of receipt.
Complete evaluation and submit to
Contractor for review. If Contractor does
not submit within 15 days, submit copy to
ODOT Construction Section and the
Agency PM.
Process 2nd note when work has been
completed.
Agency PM Role
Assist as needed.
Assist as needed.
Ensure evaluations are occurring.
Review submittal for possible issues.
General Remarks
Page7of8
UpdatedApril2013
Task
ROW Monumentation
Completion Notice
Construction
Manual
Chapter*
Chapter 37
2008 Spec
No.
SOW
Task
No
CE 5.4
Form No
Once
CE 5.4
Chapter 37
CE 5.4
Once
Warranties and
Guarantees
Chapter 37
CE 5.4
Once
Landscape Establishment
Chapter 39
CE 5.4
As required
Third Notification
Chapter 40
WOC Closeout
WOC Closeout
AgencyOversightResponsibilityMatrix
734-3233
Agency PM Role
Chapter 37
CE 5.1
Construction PM Role
Once
Project Managers
Narrative
00150.90
(b)
734-2756
Frequency
Once
Assist as needed.
General Remarks
Page8of8
UpdatedApril2013
Appendix B
Agency PM Checklist
The Agency PM Checklist is a tool to help the Agency PM track what has been done and when
for the project. The checklist should be maintained on an on-going basis and an electronic copy
submitted to the ODOT Contract Services mailbox (ODOTContractSvcs@odot.state.or.us) and
to the responsible local agency on a quarterly basis.
You can find an electronic version of the form at:
ftp://ftp.odot.state.or.us/techserv/construction/Construction%20Forms/2889.pdf
The following is the instructions for completing the form. The numbers correspond to the
numbers on the form following the instructions. This copy of the form is also an example of a
completed form. Note: If you tab over one of the buttons for adding additional lines, it will
automatically add another line. If you dont need the extra line, just select the x to the
right of the line and that will delete the unnecessary extra lines.
Most of the requirements for the items listed in this form are outlined in the Agency Oversight
Responsibility Matrix.
Form Instructions
1. Enter project name as shown on the Construction Contract.
2. Enter the contract number as shown on the Construction Contract.
3. Enter the highway or roadway name as shown on the Construction Contract.
4. Enter the federal aid number as shown on the Construction Contract under Class of Project.
5. Enter the Agency Project Managers name (ODOTs liaison on the project).
6. Enter the Construction Project Managers name.
7. Enter the Consultants firm name.
8. Enter the date that the WOC was signed (the date of the last signature on the signature
page).
9. Enter the expiration of the WOC. All of the work through Phase 3 must be done before this
date or a contract amendment must be completed.
10. Identify whether the Agency PM visited the project location prior to starting the WOC
process.
11. Enter information regarding the revision of the CA/CEI Statement of Work and Delivery
Schedule template for the project.
12. Enter the date and any supporting information that all of the documentation for entering into
a Work Order Contract was submitted to OPO for processing.
Appendix B
Page 41 of 143
Updated April 2013
13. Enter the date that the Consultant was selected. In the remarks column, enter which
Consultant was selected and the reason for the selection of that particular Consultant.
14. If it is decided to use a mini-RFP to select the Consultant, enter the date and any
appropriate information regarding when the mini-RFP was sent to appropriate Consultants.
15. Enter the date and any supporting information regarding discussions between ODOT, local
agency personnel (if applicable), and the Consultant about the necessary effort to complete
the work.
16. Enter the date that the WOC was executed. This would be the date that OPO sends notice
to the Agency PM letting them know the WOC has been signed. Copies of the final WOC
would be included in the email received from OPO.
17. Enter the date that the Agency PM sent out the Notice to Proceed to the Consultant and to
the OPO Consultant Performance Evaluation mailbox.
18. Identify the date that an orientation meeting was held with Consultant and local agency
personnel (if applicable). In the Remarks column identify whether this meeting was in person
or done by phone call.
19. Extra lines are provided for items added that were not part of the SOW Template.
20. Enter the invoice number and complete information as appropriate such as when the work
was performed. There is a button at the top of this section for adding lines for additional
invoices submitted by the Consultant.
21. Enter the date and any supporting information regarding the Bridge Section requesting that
the Consultant review structure cost data sheets (if applicable).
22. Extra lines are provided for items under WOC Administration that might be applicable.
23. Enter information regarding when the construction engineering budget was finalized and
submitted to OPO and whether there are any potential issues with the budget.
24. Enter appropriate information regarding the Notice to Proceed letter sent out by OPO to the
Construction Contractor.
25. Enter appropriate information regarding confirmation that a public work bond has been filed.
There is usually a file within the Notice to Proceed email sent out by OPO that includes a file
that has the public works bond information.
26. Enter appropriate information regarding the Consultant submittal of the Quality Assurance
Plan to the Agency PM (Form 734-2857).
27. Enter appropriate information regarding whether the Construction Contractor wishes to
initiate the Cooperative Arrangement Specification (00150.05). If the Contractor selects this
option and then later all parties agree that it isnt necessary, this should also be documented
here.
28. If a Project Partnered Workshop is held and a cooperative arrangement document is
prepared, identify the date the documentation is sent out to all participants.
Appendix B
Page 42 of 143
Updated April 2013
29. Enter appropriate information regarding the submittal of the Safety Questionnaire by the
Construction Contractor.
30. Enter appropriate information regarding the submittal of the written request by the
Construction Contractor to opt-in to utilize the steel escalation/de-escalation process. This
must be done within 7 days of the preconstruction conference.
31. Enter appropriate information regarding scheduling the preconstruction conference.
32. Enter appropriate information regarding the date the preconstruction conference was held.
33. Enter appropriate information regarding the distribution of the preconstruction conference
minutes.
34. Enter appropriate information regarding the submittal of required TOD and Business Logo
documentation as required under Specification 00225.05(b).
35. Enter appropriate information regarding Agency PM review of the project schedule.
36. Enter appropriate information regarding finalization of the project schedule.
37. Enter appropriate information regarding submittal of the Traffic Control Plan by the
Construction Contractor (Spec 00225.05(a)).
38. Enter appropriate information regarding submittal of the Erosion and Sediment Control Plan
by the Construction Contractor (Spec 00280.02).
39. Enter appropriate information regarding submittal of the Pollution Control Plan by the
Construction Contractor (Spec 00290.30(b)).
40. Enter appropriate information regarding the identification of specific material sources to be
used for the project.
41. Enter appropriate information regarding first note for the project.
42. Extra lines are provided for items under Construction Engineering, Phase 1 that might be
applicable.
43. Enter appropriate information regarding the completion of the Test Summary sheets.
44. Enter appropriate information regarding any progress meetings held with the Construction
Contractor. Use the button next to the item title to add as many lines as necessary.
45. Enter appropriate information regarding monthly progress estimates submitted for payment.
Use the button next to the item title to add as many lines as necessary.
46. Enter appropriate information regarding any price adjustments made during the life of the
project. Use the button next to the item title to add as many lines as necessary.
47. Enter appropriate information regarding any fabrication inspections conducted during the life
of the project. Use the button next to the item title to add as many lines as necessary.
Appendix B
Page 43 of 143
Updated April 2013
48. Enter appropriate information regarding any subcontracts processed during the life of the
project. Use the button next to the item title to add as many lines as necessary.
49. Enter appropriate information regarding any contract change orders processed during the
life of the project. Use the button next to the item title to add as many lines as necessary.
50. Enter appropriate information regarding any extra work orders processed during the life of
the project. Use the button next to the item title to add as many lines as necessary.
51. Enter appropriate information regarding any state force orders processed during the life of
the project. Use the button next to the item title to add as many lines as necessary.
52. Enter appropriate information regarding any working drawing submittals during the life of the
project. Use the button next to the item title to add as many lines as necessary.
53. Enter appropriate information regarding any CUF interviews conducted during the life of the
project. Use the button next to the item title to add as many lines as necessary.
54. Enter appropriate information regarding any Summary Reports of Subcontractors Paid
processed during the life of the project. Use the button next to the item title to add as many
lines as necessary.
55. Enter appropriate information regarding any EEO reports processed during the life of the
project. Use the button next to the item title to add as many lines as necessary.
56. Enter appropriate information regarding any Apprentice/Training Monthly Reports processed
during the life of the project. Use the button next to the item title to add as many lines as
necessary.
57. Enter appropriate information regarding any certified payroll reviews during the life of the
project. Use the button next to the item title to add as many lines as necessary.
58. Enter appropriate information regarding any wage interviews conducted during the life of the
project. Use the button next to the item title to add as many lines as necessary.
59. Enter appropriate information regarding any Release of Retainage requests processed
during the life of the project. Use the button next to the item title to add as many lines as
necessary.
60. Enter appropriate information regarding any claims against a contractors bond processed
during the life of the project. Use the button next to the item title to add as many lines as
necessary.
61. Enter appropriate information regarding any Contractor Performance Evaluations processed
during the life of the project (this is only required if the project covers more than one year).
Use the button next to the item title to add as many lines as necessary.
62. Enter appropriate information regarding any 2nd Notes processed. Use the button next to the
item title to add as many lines as necessary.
63. Enter appropriate information regarding the final inspection of the project.
Appendix B
Page 44 of 143
Updated April 2013
64. Enter appropriate information regarding any claims submitted during the life of the project.
Use the button next to the item title to add as many lines as necessary.
65. Enter appropriate information regarding any plant establishment periods. Use the button
next to the item title to add as many lines as necessary.
66. Enter appropriate information regarding results of plant establishment inspections. Use the
button next to the item title to add as many lines as necessary.
67. Enter appropriate information regarding notification to Civil Rights so that they may ensure
that all appropriate paperwork has been completed before 3rd Note is issued.
68. Enter appropriate information regarding the submittal of the Labor Compliance Certification
(Form 734-1734).
69. Enter appropriate information regarding the submittal of the Final Acceptance form (Form
734-1384).
70. Enter appropriate information regarding the Semi-Final RAS Review which involves
reviewing the DRR.
71-79. All of these items are required for the Semi-Final Documentation review. Enter
information as appropriate.
80. Enter appropriate information regarding the final Contractor Performance Evaluation. If the
project last less than one year, this will be the only evaluation required.
81. Enter appropriate information regarding the processing of the 3rd Note for the project.
82. Extra lines are provided for items under Construction Engineering, Phase 3 that might be
applicable.
83. Enter appropriate information regarding the final Consultant evaluation for the project.
84. Enter appropriate information regarding closing out the WOC. In the Remarks column, enter
what the destruction date of the files should be (which would be 10 years from the close-out
of the WOC).
85. Extra lines are provided for items under Construction Engineering, Phase 4 that might be
applicable.
Appendix B
Page 45 of 143
Updated April 2013
Appendix B
Page 46 of 143
Updated April 2013
Project Information
FORM EXAMPLE
12345
Contract No.
Main Highway
BHF-S001(069)
Highway
John Jones
Maggie Smith
Agency PM
Project PM
7/1/2012
12/31/2013
WOC Signed
Item
No
N/A
Date
10
11
6/5/2012
6/30/2012
Develop Mini-RFP
12
13
14
15
6/15/2012
WOC Executed
16
17
7/1/2012
18
19
7/5/2012
Remarks
(mm/dd/yyyy)
6/15/2012
Assigned to Joanne Mathews
6/15/2012
Met with Marion County and ABC Consultants to work out the details and
level of effort necessary for the work.
7/1/2012
Phone call meeting with Marion County and ABC Consultants to be sure
everyone knew things were ready to go.
Item
Invoice # Reviewed & Processed:
12345
20
No
N/A
Date
8/10/2012
For work performed through August 31, 2012
9/10/2012
13456
Structure Cost Data Sheet Review
Remarks
(mm/dd/yyyy)
21
22
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
1 of 6
FORM EXAMPLE
12345
Contract No.
Construction Engineering
Phase 1 Between Bid Letting and First Notification
Completed
Yes
Item
Construction Engineering Budget
Finalized
No
N/A
Date
23
7/15/2012
7/25/2012
25
26
7/25/2012
Remarks
(mm/dd/yyyy)
7/31/2012
8/3/2012
29
7/31/2012
8/5/2012
Precon Scheduled
31
8/5/2012
Precon Held
32
8/20/2012
33
Haven't seen minutes. Email sent to John Jones (8/30/2012) to get a status
update on distributing the minutes.
Email sent to John Jones (8/30/2012) to get a status update on TOD
submittal.
35
8/30/2012
36
37
7/31/2012
7/31/2012
39
40
7/31/2012
41
42
9/10/2012
Contractor provided notification that they were not going to request steel
escalation/de-escalation for this project.
Meeting scheduled for 8/20/2012
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
2 of 6
FORM EXAMPLE
12345
Contract No.
Construction Engineering
Phase 2 Between First Notification and Second Notification
Completed
Yes
Item
No
Date
N/A
Remarks
(mm/dd/yyyy)
43
8/30/2012
44
9/15/2012
10/15/2012
10/5/2012
11/5/2012
45
September 2012
October 2012
Price Adjustment:
46
47
48
9/20/2012
9/202012
CCO:
CCO 1
49
10/10/2012
CCO 2
EWO:
50
51
SFO:
52
CUF Evaluation:
ABC Flagging
53
10/5/2012
Jackie's Testing
54
October 2012
10/5/2012
11/5/2012
55
56
57
58
59
60
734-2889 PM Checklist (12-2012)
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
3 of 6
FORM EXAMPLE
12345
Contract No.
61
62
Second Note
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
4 of 6
FORM EXAMPLE
12345
Contract No.
Construction Engineering
Phase 3 - Between Second Notification and Third Notification
Completed
Yes
Item
Final Inspection
No
N/A
Date
(mm/dd/yyyy)
Remarks
63
64
65
66
67
68
69
70
71
72
73
74
Preliminary Progress Payment Repoort
75
State Force Order Notice of Completion
ROW Monumentation Completion
76
Notice
Project Manager's Narrative
77
80
Third Note
81
82
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
5 of 6
FORM EXAMPLE
12345
Contract No.
Construction Engineering
Phase 4 Between Third Notification and Final Payment
Completed
Yes
Item
Final Consultant Performance
Evaluation
83
84
No
N/A
Date
(mm/dd/yyyy)
Remarks
85
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
6 of 6
Appendix C
WOC Statement of Work and Delivery Schedule Template
The document on the following pages is the template that the Agency PM should begin with to
create the Work Order Contract between ODOT and the Consultant.
An electronic copy of the template can be found at:
Statement of Work and Delivery Schedule template
Appendix C
Page 53 of 143
Updated April 2013
Appendix C
Page 54 of 139
Updated April 2013
Phone:
Fax:
Email:
Name:
Phone:
Email:
Name:
Address:
Phone:
Fax:
Email:
______@_____.com
Name:
Phone:
Email:
Instructions - This template includes standardized language that has been approved by the
Construction Office. It has also been approved for use by DOJ. Adherence to these instructions will
help expedite review and approval of your Contract/WOC.
When preparing an SOW, only use current templates available at the following Internet site:
http://www.oregon.gov/ODOT/CS/OPO/pages/sow.aspx . Do not use versions stored in your project
files or email attachments as they may not be current (occasional revisions are anticipated).
Track Changes -- Make sure Track Changes are on when editing.
Task (and sub-task) numbering is standardized. Do not change task numbers even if you delete
unneeded tasks and numbering is non-sequential.
The SOW Template tasks are intended to be standard boilerplate and should not be revised
unless there is a good reason to do so.
Text or fields with blue highlight should be revised as necessary with project-specific information.
Changes to task requirements that are not highlighted in blue must be approved by Agencys
Construction Office. Substantive revisions to language that is not highlighted in blue will also require
DOJ review if the Contract/WOC or amendment is above the dollar threshold that requires DOJ legal
sufficiency review.
Tasks or task elements listed as optional or contingency tasks that are not applicable to the project
should be deleted (mark as RESERVED when entire tasks or subtasks are deleted.)
Delete instructions throughout the document before executing Contract/WOC or amendment as
follows:
From the Edit menu select Replace;
CA/CEI SOW Template 9/19/12
With cursor in the Find what field, click More button, then Format then Font , then in the font field
select Arial text ;
Leave the Replace with field blank;
Click Replace All. This will delete all yellow highlighted text.]
Table of Contents [Prior to executing contract/WOC, right-click in TOC, select Update Field, then
Update entire table]
This statement of work (SOW) is for Construction Contract Administration/Construction Engineering and
Inspection (CA/CEI) Services on the Project. The delivery schedule is provided in the Deliverables
section of each task in section E.
Background
[This Section will provide Project Specific information to outline the general scope of the construction
project. If the CA/CEI work is a new WOC or Contract, enter a project description and background information.
If the background is unchanged {as it normally should be}, just leave this section blank except for a note that
says The General Description and Background for the Project is unchanged from the original SOW.]
The General Description and Background for the Project is unchanged from the original SOW.
Project Phases
This Project is divided into the following phases:
(List any previous Preliminary Engineering (PE) phases for this Project completed under this WOC/Contract.)
Preliminary Engineering/Design
Design Acceptance
Final Design and Bidding Assistance
CA/CEI
The CA/CEI phase will culminate when Agency issues final acceptance of the Project. Completion of the
CA/CEI phase of the Project will be the final phase of this WOC. [Use Find and Replace to delete all entries
of WOC and replace with Contract if using this template with a project-specific contract instead of a
WOC.]
List of Attachments:
Attachment A: Acronyms and Definitions
Attachment B: Breakdown of Costs (BOC) for Services
B.
1.
Standards
Consultant shall complete the CA/CEI Services in accordance with ODOTs Construction Manual, the
Quality Control Compliance Specialists (QCCS) Handbook, the Manual of Field Test Procedures, the
ODOT Inspector's Manual, and this WOC.
2.
General Requirements
As required in ORS 672.002 to 672.325, Consultant shall provide appropriate supervision and control with
a licensed Professional Engineer in responsible charge of the CA/CEI services.
All Inspection work must be performed by Agency-certified Inspectors as required by the Agencys
Inspection Quality Assurance Program (IQAP). Consultants Agency-certified Inspectors shall diligently
monitor the work of the Construction Contractor (CC) in order to determine whether the Project is
constructed in compliance with the construction contract documents and any applicable current standards
and Agency manuals or procedures, including but not limited to those listed in the Price Agreement (PA)
OR Contract. All Quality Control (QC) monitoring tasks must be performed by individual(s) certified by the
Agencys Technician Certification Program.
Consultant shall immediately advise Agency of any construction which Consultant knows, or with the
exercise of professional care should know, fails to conform to the construction contract requirements
applicable to the Project.
2.
Project Communication
Communication is an important element to the successful completion of the Project. All communication and
deliverables covered under this SOW shall be directed to the APM assigned to this Project (or such other
individual as designated in writing to Consultant).
To the extent possible, all transmittals from Consultant to Agency must include the Contract#, PA# and
WOC# if applicable, Project name and the Project key number. The key number must be used as part of the
document control system established by Agency and Consultant. Formats for the document control system
shall be discussed at the initial meeting between Agency and Consultant pertaining to the CA/CEI-phase
Services.
The CC for this Project will be determined through the competitive bidding or proposal process. When the
CC has been determined, Consultant shall establish appropriate contacts with that firm prior to the PreConstruction Conference.
3.
Agency
The APM is Agencys primary point of contact for Consultant. The APM has the authority to review and
accept, or recommend acceptance of, all Consultant deliverables. The APM may distribute deliverables for
this phase of the work to appropriate Agency personnel for review and approval.
Agency has overall authority in scope, schedule and budget of the Project. All construction Change Orders
[Contract Change Orders (CCO), Extra Work Orders (EWO) and State Force Orders (SFO)] prepared by
Consultant are subject to Agency review and approval prior to implementation by the CC. Authority to
approve all CCOs, EWOs and SFOs shall be as outlined in the ODOT Construction Manual, Chapter 3 Delegated Authority and in Delegation Letters. For purposes of this Project, the APM has the authority
delegated to the ODOT Project Manager.
Agency is responsible for the following:
Execution of Intergovernmental Agreements (IGAs) related to this Project
Attend Pre-Construction Conference
Material verification sampling and testing
Concrete and Asphalt mix design review
Providing a link to Agencys construction forms website and hardcopy forms as needed
Approving construction CCOs, EWOs and SFOs.
CA/CEI SOW Template 9/19/12
Consultant
Consultant shall provide all labor, equipment, and materials to provide the CA/CEI Services as outlined in
this SOW.
Consultant may be liable for any CCOs, EWOs and SFOs authorized without obtaining prior review and
approval by Agency.
Changes to Consultants Project Manager are subject to Agency approval and will require written notice to
Agency prior to the change.
Consultant is not responsible for the means, methods, operating procedures or safety precautions of any CC
or other entity.
[Add others as necessary. Include the following responsibilities, modified as required, when a Local Public
Agency (City, County, Parks Dept, Port, etc.) is a partner in the construction contract. Delete this section if not
needed.]
C.
D.
E.
All deliverables are considered draft until reviewed and accepted by Agency. Consultant shall make
revisions to address Agency comments and submit revised deliverable(s) to APM within 5 business
days of receipt of Agency review comments, unless a different timeframe is stated in specific tasks or
otherwise agreed to in writing by Agency. If no revisions are necessary, the submittal will be
considered final.
FORMAT REQUIREMENTS
Deliverables shall be submitted to Agency in the format described in the ODOT Construction
Manual and individual tasks.
ODOT Forms Consultant shall use ODOT forms where required. Construction related forms
referenced in this SOW are available on line at:
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/pages/HwyConstForms1.aspx
Each draft and final text-based or spreadsheet-based deliverable shall be provided in MS Office file
formats (i.e., Word, Excel, MS Project, etc.) and must be fully compatible with version used by
Agency.
Additional format requirements may be listed with specific tasks/deliverables throughout the SOW
or in the PA/Contract.
Unless specifically stated otherwise in a particular task, Consultant shall complete all tasks and provide all
deliverables (collectively, the Services) included in this SOW. Consultant shall provide all labor, equipment and
materials to manage, coordinate, and complete the work in accordance with the performance and delivery
schedules identified in this SOW.
Task Numbering: For purposes of standardization, task numbers in this SOW may be non-sequential due to
deletion of unneeded tasks from Agencys SOW template. For convenience to the reader, the task numbering for
the CA/CEI phase will use the standard task number prefaced with CE (CE-1, CE-2).
TASK CE-1 PROJECT MANAGEMENT
This activity is continuous throughout the duration of the Project. Consultant shall guide and direct the
overall processes and Consultants team in conformance with the Projects goals and objectives. Consultant
shall monitor progress of the Project.
Task CE-1.1 Coordination
Consultant shall provide leadership, direction and control of work tasks within the CA/CEI phase of this
Project.
Consultant shall:
Direct Consultants team with regard to overall Project activities and team meetings.
Maintain liaison, communication and coordination between Consultants staff, APM, local agency
project manager (LAPM) if applicable, CC and Agency staff to facilitate timely, efficient operations for
all involved.
Deliverables:
On-going coordination and communication as needed to appropriately manage the Project (no tangible
deliverables for this task).
CA/CEI SOW Template 9/19/12
If the construction Project schedule milestones are significantly revised, Consultant shall attach the updated
Project schedule and submit with Monthly Project Status Report. Consultant shall submit the Monthly Project
Status Reports to APM with the monthly Consultant invoice.
Deliverables
Monthly Project Status Report - Submitted to APM with the monthly invoice no later than the 5th calendar
day of the month following the reporting month.
[Delete 1.3 if project does not include a structure. Structure Cost Data is an FHWA requirement. Include this
task if project involves a structure and there are federal funds, or any chance of federal funds, in the project.
Alternatively, if Agency staff are available, they may complete this task. If state funds only or if there is no
structure involved with this project, this task may be deleted. Currently, the data cannot be input remotely
into the database.]
Consultant shall prepare for and lead the Pre-Construction Conference according to Oregon Standard
Specification for Construction (Standard Specifications) Section 00180.42 (current version in effect during
CA/CEI phase for this Project), and the ODOT Construction Manual, Chapter 11 Before On-Site Work
Begins. Attendees will include the CC, APM, LAPM, permitting agencies, local officials and others as may
be appropriate to discuss the construction schedule, utility involvement, permit concerns, required
documentation submittals, materials, construction surveying [delete if conducting separate pre-survey
meeting as part of task 4.1], and other items relevant to the construction of the Project.
Consultant shall consult with the CC, LAPM (if applicable), and the APM to determine participants and
schedule the Pre-Construction Conference at an agreed upon time and place.
Consultant shall:
Schedule the Pre-Construction Conference in cooperation with the CC, APM, and (local agency project
manager (LAPM).
Prepare and distribute the Pre-Construction Conference agenda and minutes.
Attend, facilitate and participate in Pre-Construction Conference.
Deliverables:
Pre-Construction Conference Agenda 1 copy to each conference attendee and the APM 1 week prior to
the scheduled conference
Pre-Construction Conference Minutes 1 copy to each conference attendee and the APM within 1 week
after the conference
Task CE-2.2 Cooperative Arrangement (Partnering) [CONTINGENCY TASK, See Sec. F]
[Use this task (task 2.2) only if the construction contract gives the CC the option to request a formal
partnering session for the Project according to Section 00150.05. If partnering is requested by the CC or
Agency on this Project, contact the ODOT Construction Program Analyst or the Contract Administration
Engineer in the Construction Section to identify the ODOT Partnering consultant.]
If requested by the CC or Agency, Consultant shall work with the CC, the APM and the Agencys
Partnering Consultant to schedule a formal Cooperative Arrangement (Partnering) session at an agreed upon
time prior to the Pre-Construction Conference. Consultant shall:
Deliverables:
Agenda for Cooperative Arrangement session Submit 1 copy to each meeting attendee and the APM 4
business days prior to the scheduled meeting.
Brief summary of Cooperative Arrangement session and list of action items Submit 1 copy to each
meeting attendee and the APM within 1 week after the meeting.
Task CE-2.3 Quality Assurance & Contract Administration Plan (QA/CA Plan)
Consultant shall prepare a project-specific Quality Assurance & Contract Administration Plan (QA/CA
Plan), using Agency form # 734-2857 (as may be amended from time to time by Agency) which is available
electronically on the website below). The QA/CA Plan must identify Consultants certified quality assurance
CA/CEI SOW Template 9/19/12
8
and construction inspection personnel and the personnel responsible for each of the major constructionrelated tasks identified in this SOW.
Consultant shall submit a draft QA/CA Plan (electronically via email) to the APM for review and comment.
Agency will review the draft QA/CA Plan and return any comments to Consultant within 5 business days.
Consultant shall respond to Agency comments and revise the draft QA/CA Plan as necessary.
Consultant shall prepare the final QA/CA Plan making all required revisions per the Agency draft review
comments. Agency will issue approval or return any additional comments to Consultant within 5 business
days of receipt of the final QA/CA Plan. No on-site inspection or QC monitoring tasks may be performed by
Consultant until receipt of Agency approval of the final QA/CA Plan.
Consultant shall make any necessary updates to the QA/CA Plan needed as work on the Project progresses,
and submit the modified QA/CA Plan to the APM for review and approval.
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/pages/HwyConstForms1.aspx
Form # 734-2857 - Quality Assurance & Contract Administration Plan
Deliverables:
Draft QA/CA Plan (Form 734-2857)- Submit to APM no later than 5 business days following the date of
NTP for CA/CEI phase.
Final QA/CA Plan (Form 74-2857) - Submit to APM within 5 business days of receiving Agency
comments on draft QA/CA Plan.
Task CE-2.4 Construction Contract Administration
Consultant shall provide day-to-day administration of the construction contract. Consultant shall complete contract
administration tasks as outlined in the ODOT Construction Manual, the Manual of Field Test Procedures, the
Nonfield-Tested Materials Accepted Guide, the ODOT Inspectors Manual, QCCS Handbook, Qualified Products
List (QPL), the Contract Plans and Specifications, and this WOC.
The Agency will perform periodic reviews on all Project quality, quantity and labor compliance documentation.
The reviews will be performed by the Agencys Region Assurance Specialist (RAS) per the ODOT Construction
Manual, Chapter 12B - Quality, Section 12B-3(b), and the Office of Civil Rights (OCR) Field Coordinator per the
ODOT Construction Manual, Chapter 37 Submittal of Final Project Documentation, Section 37-3. Consultant
shall resolve all documentation deficiencies noted during the periodic reviews prior to the next scheduled review.
Final documentation reviews by the RAS and OCR Field Coordinator will be performed as directed in the ODOT
Construction Manual, Chapter 37 Submittal of Final Project Documentation.
In addition to any other requirements identified in the reference standards identified above, Consultant shall:
14 Subcontracts, and review and approve CCs request for rental of operated equipment as outlined in
Chapter 14 Subcontracts.
Perform Equal Employment Opportunity (EEO) and Labor Compliance monitoring as required by the
construction contract and the ODOT Construction Manual. Tasks include, but are not limited to:
o Receive and review weekly certified payrolls from the CC and all subcontractors to ensure
payment of prevailing wages, as outlined in the ODOT Construction Manual, Chapter 19 Labor
Compliance.
o Receive and review of Subcontractors Paid Summary Reports as outlined in the ODOT
Construction Manual, Chapter 18 Affirmative Action.
o Receive and review CCs EEO, DBE, and OJT/Apprenticeship compliance reports, if required, as
outlined in the ODOT Construction Manual, Chapter 18 Affirmative Action.
o Conduct employee interviews, owner-operator checks, and Commercially Useful Function (CUF)
reviews on all DBE subcontractors as outlined in the ODOT Construction Manual, Chapter 19
Labor Compliance.
Deliverables
First Notification Issue when on-site construction work begins. Distribute original and copies per
distribution list on Agencys First Notification Form.
Resolution of any documentation deficiencies as noted on the Documentation Review Report per the
RAS review. Deficiencies -must be resolved prior to next review.
Contractors Request for Subcontract Consent Review and prepare a Project Managers Report on
Contractors Request for Subcontract Consent form within 14 calendar days after receipt from CC.
Distribute original and copies per distribution list on form (there is no deliverable associated with review
and approval of CCs request for rental of operated equipment).
EEO, DBE and OJT/Apprenticeship compliance reports and Summary Report of Subcontractor's Paid
reports - Submit to Agency monthly and as directed in the ODOT Construction Manual, Chapter 18
Affirmative Action.
Certified payrolls, Employee Interview Reports and owner-operator checks Maintain in project files.
Submit originals with final Project documentation per task 5.4.
Task CE-2.5 Monthly Preliminary Progress Estimates
Consultant shall prepare and enter all source documents as paynotes into the monthly preliminary progress
estimate using the Agencys Contract Payments System (CPS) for CCs work performed through the last
working day of the month.
After all paynotes are entered, Consultant shall generate the Preliminary Progress Payment Report, print it
out and review it with the CC for concurrence on quantities being paid for the previous months work.
No later than the 5th of the month, Consultant shall notify the APM via e-mail that the progress estimate is
ready for upload. Following a review, the APM will upload progress estimate no later than the 8th of the
month.
Deliverables
Monthly Preliminary Progress Estimate - Completed and ready for APM review by the 5th of the month
following each month in which CCs work was performed. Submit a signed, original hard copy of the
Preliminary Progress Payment Report distributed to Agency, with a copy to the LAPM if applicable.
CA/CEI SOW Template 9/19/12
10
Consultant shall:
Schedule Project Progress Meetings as needed, or as agreed to by APM (and LAPMif applicable).
Project Progress Meetings are recommended to be held weekly during active construction periods, but
may be held less frequently during periods of low construction activity.
Prepare Project Progress Meeting agendas and inform attendees.
Attend and participate in Project Progress Meetings.
Record and distribute Project Progress Meeting minutes.
ASSUMPTIONS FOR BUDGETING PURPOSES: Project Progress Meetings are assumed to be weekly
(during active construction) with no more than ____ Consultant staff attending.
Deliverables
Project Progress Meeting agendas Submit via email, 1 copy to each attendee and 1 copy to APM 2
business days prior to scheduled meeting.
Project Progress Meeting minutes Submit via email, 1 copy to each attendee and 1 copy to APM within
5 business days after the meeting.
Request to cancel Project Progress Meetings based on inactive construction period Submit written
request electronically to APM at least 2 business days prior to scheduled meeting.
Task CE-2.7 Shop Drawing and Submittal Review
Consultant shall review construction shop drawings and working drawings submitted either electronically or
in paper form by the CC. If electronic submittals are received, Consultant shall process them according to
the ODOT Guide to Electronic Shop Drawing Submittal. Consultant shall log in the submittal when it
arrives, track the submittal to ensure timely response, and log out the reviewed submittal when it is returned
to the CC. Consultant shall conduct submittal review in accordance with Section 00150.35 of the Standard
Specifications, and the ODOT Construction Manual, Chapter 16 Working Drawings. Of the multiple
copies of each shop drawing received from CC, Consultant shall:
CA/CEI SOW Template 9/19/12
11
Consultant shall review the following submittals as required using the guidelines in ODOTs Construction
Manual, Chapter 16 Working Drawings, the ODOT Guide to Electronic Shop Drawing Submittal, and the
Standard Specifications Section 00150.35:
[Add or delete items in the following list as individual project requires:]
Traffic control plans
Erosion control plans
Pollution control plans
Quality control plan and personnel
Construction schedules (baseline and monthly updates)
Consultant shall prepare shop drawings for non-standard permanent signs in accordance with Standard
Specifications Section 00940.03, and for steel sign supports in accordance with Section 00930.02. Based on
field survey information, Consultant shall review and verify all new sign post lengths.
Deliverables:
Return approved shop drawings with comments:
Hard-copy Submittals (within time frame established in construction contract specified requirements)o
1 copy to APM (transmittal only)
o
2 copies (1 for field and 1 for home office) to CC
o
1 copy maintained in Project files
o
1 copy to Agency Materials Unit when applicable (Portland office for steel shop drawings;
Portland or Eugene office for pre-cast shop drawings, depending on location of fabrication facility)
CA/CEI SOW Template 9/19/12
12
Electronic Submittals
o
1 electronic PDF mark-up/comment copy to APM, CC, Project Files, and Agency Materials Unit
POR-provided shop drawings for non-standard signs and steel sign supports (due within 5 business days
of request):
o 1 copy to APM (transmittal only)
o 2 copies (1 for field and 1 for home office) to CC
o 1 copy maintained in Project files
o 1 copy to Agency Materials Unit when applicable (Portland office for steel shop drawings;
Portland or Eugene office for pre-cast shop drawings, depending on location of fabrication facility)
13
Work Performed on a Force Account Basis. Change Orders may include, but are not limited to, modification
to the plans, specifications, and contract time.
Deliverables:
Design details for modifications (prepared or approved by the POR for appropriate changes to Project
design) - Submit to APM at date agreed to when work was requested.
Draft CCO and EWO or SFO documents with supporting documents (cost estimate and justification) Submit to APM at date agreed to when work was requested.
Task CE-2.10 Claim(s) Support [CONTINGENCY TASK (see SOW section F)]
If authorized by APM, Consultant shall provide support to Agency to review and respond to any and all
claims submitted by the CC as specified in the Standard Specifications Section 00199 Disagreements,
Protests and Claims. Consultant tasks for claim(s) support may include but are not limited to:
Prepare memoranda and supporting documentation (photo logs, inspection reports, memos, drawings,
etc) related to claims.
Provide consultation related to claims (in person, via telephone or email).
Attend claim resolution meetings.
Prepare a claim decision in conformance with the requirements of Standard Specifications Section
00199.40(b).
ASSUMPTIONS FOR BUDGETING PURPOSES: This task assumes no more than ______ hours for
claim(s) support. Assume up to _____ claims, each requiring _____ staff to do _____ days of preparation
and attend up to _____ all day meetings for each claim, plus Principal and PM reviews and clerical
assistance.
Deliverables:
The deliverables for claim(s) support may include but are not limited to:
Memoranda and supporting documentation (photo logs, inspection reports, memos, drawings, etc)
related to claims
Consultation related to claims (in person, via telephone or email)
Attendance at claim resolution meetings
Claim decision that satisfies Standard Specifications Section 00199.40(b)
TASK CE-3 CONSTRUCTION, ENVIRONMENTAL COMPLIANCE AND WORK ZONE
MONITORING/INSPECTION
Consultant shall provide necessary on-site monitoring/inspection of construction for conformance with
construction contract documents. Consultant shall coordinate closely with CC to ensure on-site inspections
do not adversely impact the construction schedule. During the construction process, inspections must occur
at critical times as outlined in the ODOT Construction Manual, the Manual of Field Test Procedures and the
ODOT Inspectors Manual.
Consultant shall have an Inspector on site during all critical times during the construction process.
Consultant shall monitor the CCs quality control process for compliance with the construction Contract
requirements. All persons involved in performing inspection duties must be certified through the Agency's
Inspection Quality Assurance Program (IQAP) in the discipline for the work they will be inspecting.
Consultants Inspectors must be certified prior to commencement of any on-site work by the CC.
CA/CEI SOW Template 9/19/12
14
If circumstances occur that prevent the use of a Certified Inspector, Consultant may assign specific tasks to a
non-certified individual. Refer to the IQAP for a list of limited duties that may be performed by noncertified personnel.
Following are the ODOT Inspector Certifications required for Inspectors:
Consultant shall perform work zone monitoring as required by the ODOT Construction Manual, ODOT
Inspectors Manual and the construction Contract documents. Consultant shall monitor and enforce the
following for compliance to construction contract requirements:
Consultant shall monitor the CC to ensure the following deliverables are completed and submitted to
Consultant, if required by the construction contract documents:
15
Consultant shall review onsite conditions and construction techniques during site inspections to assess
compliance with Project permits, the PCP, the ESCP, proposed site rehabilitation measures, and general
environmental conservation measures. In the event that deficiencies are noted, Consultants Environmental
Specialist shall immediately bring the deficiency to the attention of the CC, APM and LAPM and
recommend a corrective course of action to facilitate compliance with environmental regulations,
performance standards, and permit conditions.
Consultant shall conduct up to ____ site monitoring visits and prepare brief construction monitoring
memorandums summarizing site conditions and providing recommended measures to facilitate permit
compliance and correct deficiencies. Construction activities requiring Consultant biological monitoring and
technical assistance shall be limited to construction activities with the highest potential to impact sensitive
resources and construction of features associated with site rehabilitation.
Consultant shall prepare and submit environmental documentation required by Project permits upon
completion of Project construction. Consultant shall prepare a Restoration As-Built Report to document
restoration completion. Consultants Restoration As-Built Report must document construction and
effectiveness of onsite restoration for the Project. Prior to preparation of the report, Consultant shall conduct
1 site visit within 30 days of restoration construction completion to determine if restoration measures were
constructed according to Project permits. The Restoration As-Built Report must include a narrative
summary describing Project construction and restoration as well as maps, and representative photographs
with descriptions.
Consultant shall visit the site to collect data regarding restoration conditions, planting survival, and to
evaluate if corrective measures are necessary. As part of this work, Consultant shall conduct the quarterly
plant establishment site visits (in accordance with Section 01040 of the Standard Specifications) during the
spring, summer and fall the first year after acceptance of initial planting and seeding (unless otherwise
specified in the Contract). During the site visits, Consultant shall record general site conditions, hydrology,
plant cover, plant communities, erosion, and related aspects of the restoration. Consultant shall conduct
observations regarding plant stress and planting survival. Consultant shall provide recommendations for
replacement plantings and invasive species controls (if necessary). Consultant shall establish photo point
locations and shall take photographs to document annual site conditions.
After the site visits, Consultant shall prepare the first annual Restoration Monitoring Report to document
compliance with the permits issued for the Project. (Additional annual monitoring reports will be prepared
by Agency or LPA if required.) Consultants reports shall document the condition of the restoration site
including planting survival estimates, any deficiencies noted during the monitoring period, and
recommendations to facilitate permit compliance.
Deliverables:
Construction monitoring memorandums Submit 1 copy to CC, APM (and LAPM on LPA projects),
within 5 business days after the monitoring site visit.
Restoration As-Built Report Submit 3 hard copies and 1 electronic (PDF copy) each to APM (and
LAPM on LPA projects ) within 30 calendar days of conducting the site visit.
First Annual Restoration Monitoring Report Submit 3 hard copies and 1 electronic (PDF copy) each to
APM (and LAPM on LPA projects) within 30 calendar days of conducting the site visit.
General Daily Progress Reports / Project Diary Complete daily when performing on-site visits.
Maintain in Project files and submit originals with final Project documentation as defined in task 5.4
CA/CEI SOW Template 9/19/12
16
Project Photography / Photo Logs Submit with reports (when applicable) and final Project
documentation as defined in task 5.4.
17
Agency staff will perform the verification and IA testing; it is not a Consultant task under this SOW.
Consultant shall monitor the CCs QC Program. One or more Consultant staff shall perform the QCCS
functions as defined in the QCCS Handbook and the Agencys Quality Assurance Program, which is in
Section 2 of the ODOT Manual of Field Test Procedures. Consultant staff fulfilling the role of the QCCS
shall be experienced in all areas of field testing and documentation, and be certified by the Agencys
Technician Certification Program for the specific tests being monitored.
Following are the approved Technician Certifications currently in place:
Consultant staff assigned under this WOC to perform the Construction Inspection, Quality Control Manager
and QCCS functions are Key Persons (as identified on the approved QA/CA Plan) and may not be
substituted or replaced unless approved in writing by Agency.
Consultant shall:
Ensure that CC properly documents that all materials furnished and placed on the Project conform to the
approved specifications.
Maintain the Field-Tested Materials Test Summary (Test Summary B and B-QA) as detailed in the
ODOT Construction Manual.
Monitor CCs quality control technicians to ensure proper and current certification(s), and that proper
testing frequencies and procedures are being followed. Monitoring must be done by Consultant staff
experienced in all areas of field testing and documentation and certified by ODOTs Technician
Certification Program for the specific tests being monitored.
Obtain, review and compile all required Project quality documentation in accordance with the ODOT
Construction Manual and the construction contract documents.
Communicate with Agencys QAC to ensure timeliness and efficiency in the verification and IA testing
work and compliance with all requirements of the ODOT Manual of Field Test Procedures and contract
documents.
Compare CCs QC test results to ODOTs verification test results to ensure they are within IA
parameters.
Work with APM to resolve any discrepancies between CCs QC test results and the ODOT verification
test results.
Prepare quality price adjustments as necessary for materials.
Deliverables:
18
Field-Test Summaries and other Project field-tested materials quality documentation - Make available
for Agency review throughout the Project. Submit originals to Agency with final Project documentation
per task 5.4.
Consultant's licensed Land Surveyor shall provide land surveying services and deliverables that conform to
all state statutes pertaining to survey and land boundary laws. These include, but are not limited to, the
following Oregon Revised Statutes (ORS):
Consultants survey personnel shall perform all construction surveying tasks in accordance with the most
recent version of the ODOT Construction Surveying Manual for Contractors (available on line at:
http://www.oregon.gov/ODOT/HWY/GEOMETRONICS/pages/documents.aspx ), as required to ensure
conformance of the Project construction with the approved plans and specifications. Consultant shall provide
qualified personnel to ensure the Project is constructed to the lines and grades as shown, specified, or
established.
Task CE-4.1 Coordination, Calculations and Quality Assurance (QA) of Construction Contractors
Survey Work
[Delete this task and mark as RESERVED if CA/CEI Consultant is performing construction survey and
staking required under task 4.2.
If CC is performing construction survey and staking, this task would be included (delete pre-survey
meeting if conducted as part of Pre-con mtg in task 2.1)]
Consultant shall:
Coordinate with APM and CC as needed to assure construction survey work completed by the CC for the
Project is in accordance with the approved plans, specifications and applicable laws.
Attend and participate in a pre-survey meeting with the CC, APM, LAPM and others as may be
appropriate. Consultant shall coordinate with CC, LAPM and APM to determine participants and to
schedule the pre-survey meetings at an agreed-upon time no later than 2 weeks prior to beginning
construction. Prepare and distribute the meeting agenda to APM and other participants at least 4 business
days prior to meeting. Prepare and distribute the meeting minutes to APM and other participants within 1
week of meeting. [Delete this bullet if pre-survey is included and budgeted as part of the Preconstruction Conference described in task 2.1. If construction survey work will not be included and
budgeted in 2.1 Pre-construction meeting, then delete that item from 2.1 and leave the pre-survey
meeting as part of this task. Ensure pre-survey discussion is not budgeted in both 2.1 and 4.1.]
Perform QA review of CCs survey data such as, but not limited to, office calculations and stake-out
information. Provide memo indicating dates and times grade calculation checks were performed and the
results of the calculation checks along with copy of notification to CC on items not in compliance from
calculation checks and when/what corrections were made.
19
Perform QA review of CCs field survey work. Provide memo indicating dates and times the survey field
checks of CCs survey work were performed and the results of the field checks along with copy of
notification to CC on items not in compliance with approved construction plans and when/what
corrections were made.
Provide a map, digital ASCII file of the coordinates, and field notes as applicable, of horizontal and
vertical control points (from the construction contract plans) for use by the CC's surveyor.
Prepare horizontal and vertical alignment print outs, construction grade data, including annotated cross
sections (from the construction contract plans) for use by the CC's surveyor.
ASSUMPTIONS FOR BUDGETING PURPOSES: This task assumes no more than ______ 1-day site
visit(s) by a two-man survey crew for construction surveying.
Deliverables:
Pre-survey meeting agenda Submit 1 copy to each conference attendee and the APM 4 business days
prior to the scheduled meeting. Pre-survey meeting minutes 1 copy to each meeting attendee and the
APM within 1 week after the meeting. [Delete if pre-survey discussion is included in task 2.1 PreConstruction Conference.]
Memo regarding grade calculation checks Submit via email to CC with copy to APM within 5 business
days of receipt of survey data from CC.
Memo regarding survey field checks Submit via email to CC with copy to APM within 5 business days
of request.
Map, digital ASCII file of the coordinates and field notes as applicable, of horizontal and vertical control
points Submit original to CC at the pre-construction or pre-survey meeting.
Horizontal and vertical alignment print outs, construction grade data, including annotated cross sections
Submit original to CC at the pre-construction or pre-survey meeting.
Task CE-4.2 Construction Survey and Staking [Delete this task and mark as RESERVED if
construction contract includes construction survey staking. If CA/CEI consultant is performing this task,
delete bullets as necessary to match actual Project work. Label this subtask as Contingency if it is not
known at time of WOC execution whether or not it is needed.]
Consultant shall provide all construction surveying for control of the Project as required to establish the
position, orientation and elevation of the work from control stations, including furnishing and setting
construction stakes and marks, reference marks, and additional control stations.
Consultant shall:
Attend and participate in a pre-survey meeting with the CC, APM, LAPM and others as may be
appropriate. Consultant shall coordinate with CC, LAPM and APM to determine participants and to
schedule the pre-survey meetings at an agreed-upon time no later than 2 weeks prior to beginning
construction. Prepare and distribute the meeting agenda to APM and other participants at least 4 business
days prior to meeting. Prepare and distribute the meeting minutes to APM and other participants within 1
week of meeting. [Delete this first bullet if pre-survey is included and budgeted as part of the Preconstruction Conference described in task 2.1. If construction survey work will not be included and
budgeted in 2.1 Pre-construction meeting, then delete that item from 2.1 and leave the pre-survey
meeting as part of this task. Ensure pre-survey discussion is not budgeted in both 2.1 and 4.1.]
Coordinate with APM and CC to discuss and agree upon the extent of construction survey needs in order
for the Project to be successfully constructed in the correct location and in accordance with the approved
plans and specifications for the work.
Verify all initial horizontal and vertical control stations in the proximity of the Project.
20
Piling
Drilled shafts
Hot mix asphalt concrete buildup for finish grade on precast deck elements.
ASSUMPTIONS FOR BUDGETING PURPOSES: This task assumes no more than ______ 1-day site
visit(s) by a two-man survey crew for construction surveying.
Deliverables [Double-click checkbox(s) below to select applicable distribution option(s).]
Submit the deliverables below to CC and APM (required for projects on or connected to an ODOT
facility).
Submit the deliverables below to CC and the LAPM. Provide via email a copy of transmittal letter to
APM.
CA/CEI SOW Template 9/19/12
21
Calculations, survey drawings and grade reports for layout and control of the work - Submit
electronically at least 2 business days prior to staking a specific element. Keep copies in PM project file.
If required by APM, hard copies shall be provided.
Staking reports (field notes, cut sheets, and survey drawings) for the specific items laid out - Submit
electronically within 24 hours after staking of the specific element is complete. If required by APM, hard
copies shall be provided.
Task CE-4.3 Locate, Recover and Reference Monuments [CONTINGENCY TASK, See SOW
Section F]
[ For every project, it must be known whether or not R/W will be purchased. Keep in mind that easements
are R/W. If new R/W is purchased for a project then this task will most likely be needed. If monuments are
disturbed or destroyed during the construction activities of this Project then this will be needed. If the utility
relocation or clearing activities disturb or destroy monuments prior to or during construction due to the Project
needs, then this task must be accomplished.]
Consultant shall recover and reference monuments (as indicated below) in the location of the ROW
identified in the control, recovery and retracement survey. Consultant shall document in field notes the
monuments either found, or not found during the search phase. Consultant shall ensure compliance with the
requirements of ORS 209.155.
For all monuments not destroyed during construction activities, Consultant shall note in the field notes that:
All monuments were recovered (include date),
All monuments exist per the control, recovery and retracement survey, or
All monuments are within the new ROW and do not need to be reset.
The monuments may or may not be retied to confirm their original surveyed positions. This decision will be
made based on Consultant surveyors professional judgment.
Consultant shall:
Recover monuments shown on the control, recovery and retracement survey to confirm they either still
exist or were destroyed during construction. Consultant shall note destroyed monuments that are within
the Project limits.
Locate and recover any new monumentation within the Project work zone which were placed after the
original field search and survey ties, which may include research of county records as appropriate.
Agency may provide monuments tied prior to construction not filed with the control, recovery and
retracement survey.
Use Agency point number range for control points and monuments.
Deliverables [Double-click checkbox(s) below to select applicable distribution option(s).]
Submit the deliverables below to APM (required for projects on or connected to an ODOT facility).
Submit the deliverables below to the LAPM. Provide via email a copy of transmittal letter to APM.
ASCII File of located monuments with monument point numbers and coordinates and any other
electronic files (such as .fwd, .alg, ASCII, etc.) created or produced for the Project documenting
Monumentation surveying - Submit within 2 weeks after recording of the survey filing map (SFM) with
the appropriate County Surveyor's office.
Original field notes and 1 electronic .pdf copy - Submit within 2 weeks after recording of the SFM with
the appropriate County Surveyor's office.
22
Task CE-4.4
[For every project, it must be known whether or not R/W will be purchased. If New R/W is purchased
for a project then this task must be accomplished. Label this subtask as Contingency if it is not known at
time of WOC execution whether or not it is needed.]
Consultant shall document the location of the ROW lines at the completion of the Project construction.
Consultant shall perpetuate the location of the monuments found prior to construction and shall document the
ROW lines for all property acquired for the Project.
Unless otherwise approved by the Agency, Consultant shall monument the new ROW using the Boundary
Method in conformance with the ODOT Monumentation Policy and the Survey Filing Map Standards
(available on the Internet at http://cms.oregon.gov/ODOT/HWY/GEOMETRONICS/Pages/documents.aspx).
Consultant may be assigned the method of monumentation, which could be the Network Method, Boundary
Method, or a combination of both methods which are defined in the ODOT Monumentation Policy.
Consultant shall set control and/or ROW monuments within 45 days of the completion of construction.
Deliverables [Double-click checkbox(s) below to select applicable distribution option(s).]
Submit the deliverables below to APM (required for projects on or connected to an ODOT facility).
Submit the deliverables below to the LAPM. Provide via email a copy of transmittal letter to APM.
[For LPA projects not on or connected to an ODOT facility, revise formats below, if necessary, per
LPA requirements.]
Bentley MicroStation .dgn file displaying the control and/or monuments Submit within 2 weeks after
recording of the SFM with the appropriate County Surveyor's office.
Bentley Inroads .alg(s) file with centerline(s), control and monument data, and report of alignment(s)
showing coordinates, bearing, stations, etc., per Bentley Inroads standard reports Submit within 2
weeks after recording of the SFM with the appropriate County Surveyor's office.
Final report of monument station and offset relationship to the alignment(s) Submit within 2 weeks
after recording of the SFM with the appropriate County Surveyor's office.
Agency ROW files and copies of all deeds, court judgments, etc., from the appropriate County Submit
within 2 weeks after recording of the SFM with the appropriate County Surveyor's office.
Original field notes and 1 copy in .pdf format Submit within 2 weeks after recording of the SFM with
the appropriate County Surveyor's office.
Final ASCII file of all control and monument points set Submit within 2 weeks after recording of the
SFM with the appropriate County Surveyor's office.
Consultant shall create SFM in accordance with Agency Survey Filing Map Standards, County and ORS 209
requirements. Consultant shall ensure preservation of existing survey markers in conformance with Chapter
6.2 of the ODOT Construction Survey Manual for Contractors (available on line at:
http://cms.oregon.gov/ODOT/HWY/GEOMETRONICS/Pages/documents.aspx).
Consultant shall monument any newly acquired ROW in accordance with Survey Filing Map Standards for
Right of Way Monumentation (available on line at
http://www.oregon.gov/ODOT/HWY/GEOMETRONICS/docs/right_of_way_monumentation_surveys.pdf)
23
Consultant shall submit the survey to the appropriate county for filing on archival Mylar or acceptable media
per county requirements.
Deliverables
SFM File at the appropriate County Surveyor's office within 45 days after setting monuments.
[Double-click checkbox(s) below to select applicable distribution option(s).]
Submit the deliverables below to APM (required for projects on or connected to an ODOT facility).
Submit the deliverables below to the LAPM. Provide via email a copy of transmittal letter to APM.
Final recorded SFM and narrative regarding methodologies used Submit within 2 weeks after
recording of the SFM with the appropriate County Surveyor's office.
24
Deliverables:
Second Notification - due within 2 business days of completion of on-site work. Distribute original and
copies per distribution list on Agencys Second Notification Form.
Recommendation of Project Acceptance - Submit original to APM upon completion of final inspection
per Construction Manual Chapter 36.
Project Managers Narrative Form. Due after claims expiration date, but prior to Third Notification
Third Notification due within 2 business days of completion of all construction contract work.
Distribute original and copies per distribution list on Agencys Third Notification Form.
Prime Contractor Performance Evaluation and Contractor Construction Process Feedback forms
Submit to CC annually, and within 60 calendar days of issuance of second notification. Original signed
forms to Agency upon receipt from CC. If CC does not sign and return, submit unsigned forms to
Agency within 15 calendar days of sending to CC.
Task CE-5.2 As-Constructed Plans [Delete task language and mark as RESERVED if not applicable to
the project.]
Consultant shall prepare as-constructed plans in conformance with the following reference documents:
(For Roadway Plans ) ODOT Contract Plans Development Guide, Vol. 1 Chapter 16 available at the
following web address: http://www.oregon.gov/ODOT/HWY/ENGSERVICES/pages/cpdg.aspx
(For Bridge Plans) Section 2 Drafting Practices of the Bridge Design and Drafting Manual available
at the following web address: http://www.oregon.gov/ODOT/HWY/BRIDGE/docs/BDDM/apr2011_finals/section_2-2004_apr2011.pdf
(For Traffic Signal Plans) ODOT Signal Design Manual (pages 3 and 108):
http://www.oregon.gov/ODOT/HWY/TRAFFIC-ROADWAY/docs/pdf/Signal_Design_Manual.pdf
(For Signs) ODOT Traffic Sign Design Manual (page 51)
http://www.oregon.gov/ODOT/HWY/TRAFFIC-ROADWAY/docs/pdf/Design_Manual.pdf
(For illumination) follow the same file naming conventions as Signals and Signs, except use IL
extension: key number + TR + IL1. Example: 10104TR.IL1 would be the file name for key number
10104.)
The following clarifications or exceptions or both to the above reference documents apply to Consultantprepared as-constructed plans:
For all bridge and traffic plans, Consultant shall prepare as-constructed Mylars.
As-constructed plans must be reviewed and approved by the POR prior to submittal to ODOT.
The submittal and distribution requirements are specified in the Deliverables section of this task.
Following submittal to ODOT, the APM will coordinate any needed reviews by the ODOT Tech
Center for projects on or connected to ODOT facilities.
Deliverables & Schedule
(All deliverables due within 30 calendar days of issuance of Third Notification)
In addition to the deliverables listed below, Consultant shall submit paper format of as-constructed mark-ups
to APM (if requested) for Tech Center reviews when projects are on or connected to ODOT facilities.
[>Delete individual sections below for Bridge, Roadway, or Traffic if they not applicable to the
project.
>Add formats (such as paper or Mylar, etc.) if required by LPA. Otherwise, LPA can get copy of PDF from FTP
site linked below.]]
25
Bridge Plans (required for all ODOT and LPA bridges): Consultant shall submit as-constructed plans as
follows:
1. Electronic files: MicroStation file and PDF file output that shows all red-line as-constructed markups
of plan sheets Follow the file naming convention required in the Bridge Design and Drafting Manual (linked
above), Section 2.1.3.4 (pages 2-4).
In the AsConstructedPlans folder on the ODOT FTP directory (available at the following link):
ftp://ftp.odot.state.or.us/AsConstructedPlans/ , create a subfolder under the Bridge folder using
the ODOT key number for the subfolder name. Place the MicroStation and PDF files in the key
number folder.
Send email notification to APM, LAPM (if applicable) and to bridge@odot.state.or.us after placing
files on FTP site (include link to applicable FTP subfolder in email).
2. 24 inch x 36 inch Mylar plan sheets stamped and signed showing hand drafted as-constructed markups Submit 1 set to ODOT Bridge Section (4040 Fairview Industrial Dr SE MS#4; Salem, OR 973021142).
Roadway Plans If roadway plans are applicable to this Project, Consultant shall submit stamped and
signed as-constructed plans as follows:
1. A single electronic PDF file that includes all roadway plan sheets showing red-line as-constructed
markups Use file naming convention as shown in Contract Plans Development Guide, Vol 1.
In the AsConstructedPlans folder on the ODOT FTP directory (available at the following link):
ftp://ftp.odot.state.or.us/AsConstructedPlans/ create a subfolder under the Roadway folder
using the ODOT key number for the subfolder name. Place the PDF file in the key number folder.
Send email notification to APM, LAPM (if applicable) and to mapsandplans@odot.state.or.us
after placing files on FTP site (include link to applicable FTP subfolder in email).
Traffic Plans - If traffic signal, traffic sign, or illumination plans (collectively Traffic Plans) are
applicable to the Project, Consultant shall submit stamped and signed as-constructed plans as follows:
1. Electronic PDF file output that shows all red-line as-constructed markups (also submit MicroStation
file if project is on or connected to an ODOT facility) Use file naming convention as shown in the applicable manuals referenced above.
In the AsConstructedPlans folder on the ODOT FTP directory (available at the following link):
ftp://ftp.odot.state.or.us/AsConstructedPlans/ , create a subfolder under the Traffic folder and
use the ODOT key number for the subfolder name. Place the MicroStation file (if applicable) and
PDF file(s) in the in the key number folder.
Send email notification to APM, LAPM (if applicable) and to TEOS.info@odot.state.or.us after
placing files on FTP site (include link to applicable FTP subfolder in email).
2. 11 inch x 17 inch Mylar plan sheets (only required if on or connected to an ODOT facility) showing
hand drafted as-constructed markups Submit 1 set to ODOT Traffic Section (4040 Fairview Industrial Dr SE, Salem OR 97302).
Task CE-5.3 Structure Load Rating
[DELETE TASK AND REPLACE WITH RESERVED IF PROJECT DOES NOT INCLUDE A STRUCTURE]
ODOT Bridge Section has implemented the Load and Resistance Factor Rating (LRFR) method, based on
the 2011 AASHTO Manual for Bridge Evaluation (MBE). ODOT refers to this method as the Tier-2 Load
CA/CEI SOW Template 9/19/12
26
Rating Procedures. LRFR is a statistically-based, more accurate and defensible load rating than the previous
method, now referred to as the Tier-1 Load Rating Procedures. The applicability of the Tier-2 Load Rating
Procedures (as detailed in the ODOT LRFR Manual) is determined by the availability of calibrated liveload
factors and the ongoing development of procedures for specific structure types.
[1. Refer to this Load Rating Procedure Flowchart http://www.oregon.gov/ODOT/HWY/BRIDGE/docs/LRFLOW_07.pdf
to determine which method is appropriate for a specific structure.
2. Then choose the appropriate option below and delete the other option.]
[OPTION 1: Tier 1 Load Rating]
Due to the lack of availability of liveload factors for the bridge on this Project, Consultant shall perform load
ratings in conformance with the procedures and software specified in the ODOT Tier-1 Load Rating Manual
(current edition at time load rating work is performed), including all reference standards incorporated into
the manual in section 1.1.1.
The Tier-1 Load Rating Manual and all resources and templates that must be used for Tier-1 load rating
procedures, as described in the Tier-1 Load Rating Manual are available on line at the following link:
ftp://ftp.odot.state.or.us/Bridge/LoadRating/Tier-1.
Consultant shall base load rating on the final construction contract plans and modified to reflect asconstructed conditions. Consultant shall develop load rating reports for the bridge completed for the Project
based on the ODOT load rating format.
Deliverables:
Submit within 30 calendar days after Second Notification PE Stamped load rating calculation book with CD containing all electronic files to Agency. The submittal
must conform to the requirements detailed in the Deliverables section of the Tier 1 Load Rating Manual.
For local agency owned bridges, provide a second copy of the bound and PE stamped load rating
calculation book and CD delivered to the LPA.
Based on the availability of liveload factors for the bridge on this Project, Consultant shall perform load
ratings in conformance with the Tier-2 procedures and software specified in the ODOT LRFR Manual
(current edition at time load rating work is performed), including all reference standards incorporated into
the manual in section 1.3.1.
The ODOT LRFR Manual and all resources and templates that must be used for Tier 2 load rating
procedures, as described in the ODOT LRFR Manual, are available on line at the following link:
ftp://ftp.odot.state.or.us/Bridge/LoadRating/Tier-2.
Consultant shall base load rating on the final construction contract plans and modified to reflect asconstructed conditions. Consultant shall develop load rating reports for the bridge completed for the Project
based on the ODOT load rating format.
Deliverables:
Submit within 30 calendar days after Second Notification PE Stamped load rating calculation book with CD containing all electronic files to Agency. The submittal
must conform to the requirements detailed in the Deliverables section of the Tier 2 Load Rating Manual.
CA/CEI SOW Template 9/19/12
27
For local agency owned bridges, provide a second copy of the bound and PE stamped load rating
calculation book and CD delivered to the LPA.
All Project quality, quantity and labor compliance documentation related to plant establishment work
Original documents must be submitted to Agencys RAS within 14 calendar days after plant
establishment work.
28
Regardless of the schedule for deliverables identified in specific tasks, all tasks and deliverables except
Claims Support (if applicable) must be completed no later than ________. [Make sure expiration date of
the WOC/Contract is at least 6 months later than this completion date for all deliverables]
[Deliverables Schedule Summary form. The MS Word file attached below is provided as a contract
administration tool only and is not incorporated in the contract as a list of deliverables and schedule
applicable to this SOW. The deliverables and schedule included with each task in section E shall apply to
this SOW. Save the form electronically or print for use, but delete it from the contract before executing.]
Deliverable-Table
CA-CEI Phase
F.
CONTINGENCY TASKS
[Contingency Task Instructions: Projects may have work that can reasonably be anticipated but may or
may not be needed, depending on conditions that arise or change during a project period. This condition
dependent work is considered to be contingency work and must be planned for in the SOW and budget.
Any contingency tasks or deliverables in the SOW must be within the scope of Services of the Request for
Proposal (RFP). In the SOW, clearly label each contingency item as Contingency and include a defined
task, deliverable(s) and a schedule (normally listed as a number of calendar days from NTP for the
contingency task). Also enter a summary of the contingency tasks in Table 2 below.
If no Contingency Tasks, delete text and table below and mark Section F as Reserved.
Table 3 is a summary of contingency tasks that Agency, at its discretion, may authorize Consultant to
produce. Details of the contingency tasks and associated deliverables are stated in the task section of this
SOW. Consultant shall complete only the specific contingency task(s) identified and authorized via written
(email acceptable) NTP issued by Agency's APM. If requested by Agency, Consultant shall submit a
detailed cost estimate within the Not to Exceed (NTE) amount in Table 3 for the agreed-to contingency
Services within the scope of the contingency task.
If Agency chooses to authorize some or all of these tasks, Consultant shall complete the authorized tasks and
deliverables per the schedule identified for each task. The NTP will include the contingency task name and
number, due date for completion, and agreed-to NTE for the authorized contingency task.
Each contingency task is only billable (up to the NTE amount identified for the task) if specifically
authorized per NTP. In the table below, the NTE for Each amount for a contingency task includes all
labor, overhead, profit, and expenses for the task. The funds budgeted for contingency tasks may not be
applied to non-contingency tasks without an amendment to the WOC. The total amount for all contingency
tasks authorized shall not exceed the maximum identified in the table below. Each authorized contingency
task must be billed as a separate line item on Consultants invoice.
Table 2--Contingency Task Summary (Revise to reflect contingency tasks identified in the SOW)
MAX
METHOD CONTINGENCY
CONTINGENCY TASK DESCRIPTION (UNIT)
NTE
QUAN.
OF
COMP.
NTE AMOUNT
__
__
29
$
$
1
1
__
__
$
$
$
$
1
1
__
__
$
$
$__________
ATTACHMENT A
ACRONYMS & DEFINITIONS
AASHTO
Acceptance
Agency/ODOT
APM
CA
CA/CEI
CAgT
CAT I
CAT II
CBCI
CC
CCO
CCT
CE
CEBT
CECI
CDSI
CDT
CGI
Change Order
CMDT
CPS
CSTT
CTSI
CUF
DBE
DRR
EEO
EWO
FHWA
FIR
HMAC
30
IA
IGA
Inspector
IQAP
LAPM
LPA
LRFD
NTE
NTP
OCR
OJT
ORS
PA
PE
PM
POR
QA
QAC
QA/CA Plan
QC
QCCS
RAS
RFI
RFP
ROW
SFM
SFO
SOW
Standard
Specifications
TP&DT
WOC
WYDOT
Independent Assurance
Intergovernmental Agreement
Representative of Consultant, with appropriate certifications, authorized to inspect and
report on construction contract performance.
Inspection Quality Assurance Program
Local agency project manager
Local Public Agency
Load and Resistance Factor Design
Not to Exceed
Notice to Proceed
ODOT Office of Civil Rights
On-the-Job Training
Oregon Revised Statutes
Price Agreement
Preliminary Engineering
Consultants Project Manager
Professional of Record
Quality Assurance
Quality Assurance Coordinator
Quality Assurance & Contract Administration Plan
Quality Control
Quality Control Compliance Specialist
Region Assurance Specialist
Request for Information
Request for Proposal
Right of Way
Survey Filing Map
State Force Order
Statement of Work
Oregon Standard Specification for Construction - current version in effect during
CA/CEI phase for this Project
Temporary Protection & Direction of Traffic
Work Order Contract
Wyoming Department of Transportation
31
ATTACHMENT B
BREAKDOWN OF COSTS FOR SERVICES
(Use Current BOC or BOC-NBR form, as applicable, available at:
http://www.oregon.gov/ODOT/CS/OPO/pages/AE.aspx#Forms)
Contingency Task Costs. Amounts for any contingency tasks must be shown as a separate line-item for each
task. The amount for a contingency task must include all labor, overhead, profit, and expenses for the task.
Expenses for contingency tasks must not be included in an overall amount for direct non-labor expenses applied
to the budget for the non-contingency tasks. Enter the agreed to unit and extended amounts for contingency tasks
in the Contingency Task Summary table.
When emailing for fax signatures, the BOC is not required to be pasted into the WOC and may be sent in the
email as a separate attachment (per option 1 below).
The Breakdown of Costs (BOC) dated [________] is not physically attached but incorporated into this
WOC Amendment with the same force and effect as though fully set forth herein. A Copy of the final BOC
has been provided to Consultant prior to WOC execution.
[Option 2 Copy and paste below]
32
Appendix D
OPO Form Examples
The following documents are completed examples of forms required for a WOC request through
OPO. You would want to complete the documents and send them to the ODOT Personal
Services Contract Requests mailbox (PersonalServicesContract@odot.state.or.us).
The forms included are:
Personal Services Request Request form for OPO to begin work on authorizing work
order contract with Consultant.
Breakdown of Costs is a breakdown of the cost of the Work Order and must include
the Consultant and any subconsultants that might be used on the project. There are
instructions included in the master spreadsheet for completing this document.
Profit (Fee) Worksheet this provides the justification for the profit amount assigned to
the Contract. There are guidance and instructions included within the spreadsheet to
assist with completion.
All of these forms must be completed prior to and included with the request when submitted to
OPO for the WOC assignment.
Appendix D
Page 87 of 143
Updated April 2013
Appendix D
Page 88 of 143
Updated April 2013
Project Manager/Requestor: Persons name that will manage Contract Administrator: Alan Lively
the consultant
Telephone: 503-986-0295
Branch/Section/Unit: As appropriate
Email: alan.d.lively@odot.state.or.us
Telephone: As appropriate
Email: As appropriate
Project Explanation/Purpose:Provide a brief description of the work being done under the WOC.
ADDITIONAL INFORMATION Please complete as much of the below information as possible. The more information provided, the more efficiently
Procurement can process your request.
ODA
Yes
No
NEEDED PROCUREMENT DOCUMENTS/PROCESSES (As Applicable) for a description of each of these documents or process please click on the
title. The assigned Procurement Specialist will work with the requester to identify which of the below will apply to the request.
RFP Requests
Project Overview
Evaluation Criteria
RFP Exhibits
Insurance Requirements
Statement of Work or Menu of Services
IRR/Business Case Study Approval (IT Only, if applicable)
SEIU Feasibility Study and Union Notification (if applicable)
Legislative Involvement Explanation
PA/Contract/WOC Requests
Project Overview
Insurance Requirements
Statement of Work or Menu of Services
IRR/Business Case Study Approval (IT Only, if applicable)
Internal Estimate
Pre-negotiation Plan (PNP)
Record of Negotiation (RoN)
Direct Appointment Justification
Jun 2012
Amendments
Statement of Work or Menu of Services (if applicable)
Internal Estimate
Pre-negotiation Plan (PNP)
Record of Negotiation (RoN) (if applicable)
Appendix D
Page 90 of 143
Updated April 2013
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
150.00%
0.30%
Job Classification
(Individual )
$0.00
$0.00
$0.00
Cost + Profit
Job Classification
(Individual )
$0.00
$0.00
$0.00
CALCULATION SECTION
Profit
Job Classification
(Individual )
$0.00
$0.00
$0.00
Project Summary
Direct Expenses
Job Classification
(Individual )
Task #
Job Classification
(Individual )
Job Classification
(Individual )
Job Classifications
(Individuals' names are optional)
Job Classification
(Individual )
Job Classification
(Individual )
15. Certification
Click the cell for drop-down lists
to select appropriate certification
status.
FCCM
Overhead
BOC Requirements
Hours
150.00%
0.30%
9.00%
4.50%
Profit
Accepted Overhead
FCCM
Negotiated Profit
Annual Escalation Rate
Total Cost
20.00%
60.00%
20.00%
0.00%
1.045
Direct Expenses
FCCM
Total Cost
MULTIPLIERS
Overhead
Job Classification
(Individual )
Breakdown of Costs -
Job Classification
(Individual )
2. Job Classifications
Job classifications come from Consultant's currently
approved Escalated Salary Rate Schedule or
Negotiated Billing Rate schedule.
Escalated Direct
Labor or NBR $
Escalated Direct
Labor or NBR $
Hours
Go to BOC
9.00%
NON-CONTINGENCY TASKS/DELIVERABLES
1
Subtask name
1.2
Subtask name
1.3
Subtask name
1.4
Subtask name
7. Contingency Tasks/Deliverables
Estimated costs for Contingency Tasks must be
separate from estimated costs for
Non-contingency tasks (also called Required
T k )
8. Deleting rows and columns on spreadsheet
Recommend hiding rows and columns that are not
needed instead of deleting. If deleting
rows/columns, make sure applicable subtotals and
totals still calculate correctly.
40
Hours/Task
TASK 1 NAME
1.1
TASK 2 NAME
40
4,182
6,272
13
$ 100
$ 10,567
941 0 0
40
4,182
6,272
13
100
$ 10,567
941
11,507
100.0%
10
10
1,045
1,568
$ 100
2,717
235
10
1,045
1,568
100
2,717
235
2,952
25.0%
10
10
1,045
1,568
2,617
235
10
1,045
1,568
2,617
235
2,852
25.0%
10
10
1,045
1,568
2,617
235
10
1,045
1,568
2,617
235
2,852
25.0%
10
10
1,045
1,568
2,617
235
10
1,045
1,568
2,617
235
2,852
25.0%
$ -
0.0%
$ -
0.0%
2.1
$ -
2.2
$ -
0.0%
2.3
$ -
0.0%
0
40
$
$
4,182
$
$
6,272
$
$
13
$
$
100
$
$ 10,567
$
$
941
$
$
11,507
0.0%
2.4
TOTAL Non-Contingency
40
0
40
$
$ 4,182
$
$ 6,272
$ $ 13
$ 100
$
$ 10,567
$
$
941
100
100
$ 10,454
$ 15,681
31
$ 100
$ 26,266
2,352
100
$ 10,454
15,681
31
100
$ 26,266
2,352
28,619
100
$ 10,454
$ 15,681
31
$ 100
$ 26,266
2,352
100
$ 10,454
15,681
31
100
$ 26,266
2,352
28,619
$ -
$ -
$ -
$ 10,454
15,681
31
100
$ 26,266
2,352
28,619
$ 14,636
21,954
44
200
$ 36,833
3,293
40,126
CONTINGENCY TASKS/DELIVERABLES
C1
C1.1
Subtask name
C1.2
Subtask name
C1.3
Subtask name
C1.4
Subtask name
Hours/Task
6. Level of Effort
Enter estimated number of labor hours for each Job
Classification for each subtask (yellow cells). The
task totals will calculate automatically (green cells).
100
TOTAL Contingency
100
140
100
$ 10,454
$ 15,681
31
$ 100
$ 26,266
2,352
$ 140
$ 14,636
$ 21,954
44
$ 200
$ 36,833
3,293
100
140
$
$
$
$
$
20
2,386.63
2,386.63
190.68
2,577.30
0
$
$
$
$
$
Appendix D
Page 94 of 143
Updated April 2013
Cost + Profit
Profit
0.00%
Total Cost
0.00%
Direct Expenses
$0.00
$0.00
$0.00
FCCM
$0.00
$0.00
$0.00
Overhead
$0.00
$0.00
$0.00
Escalated Direct
Labor or NBR $
$0.00
$0.00
$0.00
Hours
$0.00
$0.00
$0.00
Profit
$0.00
$0.00
$0.00
Total Cost
$0.00
$0.00
$0.00
FCCM
$0.00
$0.00
$0.00
Overhead
$0.00
$0.00
$0.00
Escalated Direct
Labor or NBR $
$0.00
$0.00
$0.00
Hours
Job Classification
(Individual )
Job Classification
(Individual )
0.00%
Job Classification
(Individual )
0.00%
Job Classification
(Individual )
0.00%
Job Classification
(Individual )
$0.00
$0.00
$0.00
Job Classification
(Individual )
$0.00
$0.00
$0.00
Job Classification
(Individual )
$0.00
$0.00
$0.00
Project Summary
Not Certified
CALCULATION SECTION
Job Classification
(Individual )
$0.00
$0.00
$0.00
Certification:
$0.00
$0.00
$0.00
AddSubs&Tasks
0.00%
0.00%
0.00%
0.00%
Job Classification
(Individual )
$0.00
$0.00
$0.00
Accepted Overhead
FCCM
Negotiated Profit
Annual Escalation Rate
Direct Expenses
10.00%
50.00%
40.00%
0.00%
1.000
Not Certified
Profit
$0.00
$0.00
$0.00
FCCM
$0.00
$0.00
$0.00
Overhead
$0.00
$0.00
$0.00
Escalated Direct
Labor or NBR $
$0.00
$0.00
$0.00
Hours
Job Classification
(Individual )
Job Classification
(Individual )
Job Classification
(Individual )
Job Classification
(Individual )
Job Classification
(Individual )
Job Classification
(Individual )
8.00%
Job Classification
(Individual )
0.30%
Job Classification
(Individual )
125.00%
Job Classification
(Individual )
$0.00
$0.00
$0.00
CALCULATION SECTION
Job Classification
(Individual )
Job Classification
(Individual )
$0.00
$0.00
$0.00
Profit
Job Classification
(Individual )
$0.00
$0.00
$0.00
EnterBillingRateMultipliers
MULTIPLIERS
Certification:
Total Cost
Job Classification
(Individual )
$0.00
$0.00
$0.00
FCCM
Job Classification
(Individual )
$0.00
$0.00
$0.00
Overhead
Job Classification
(Individual )
$0.00
$0.00
$0.00
Escalated Direct
Labor or NBR $
Job Classification
(Individual )
$0.00
$0.00
$0.00
Hours
Job Classification
(Individual )
$0.00
$0.00
$0.00
AddSubs&Tasks
0.00%
0.00%
0.00%
0.00%
CALCULATION SECTION
$0.00
$0.00
$0.00
Accepted Overhead
FCCM
Negotiated Profit
Annual Escalation Rate
Total Cost
10.00%
50.00%
40.00%
0.00%
1.000
Direct Expenses
EnterBillingRateMultipliers
MULTIPLIERS
125.00%
0.30%
8.00%
4.50%
Job Classifications
(Individuals' names are optional)
Task #
Accepted Overhead
FCCM
Negotiated Profit
Annual Escalation Rate
Job Classification
(Individual )
10.00%
50.00%
40.00%
0.00%
1.059
Job Classification
(Individual )
For instructions,
click on
"Instructions"
tab below.
Job Classification
(Individual )
EnterBillingRateMultipliers
MULTIPLIERS
% of budget in Current Year (CY)
% of budget in CY+1
% of budget in CY+2
% of budget in CY+3
Weighted Escalation Factor
Direct Expenses
0.00%
NON-CONTINGENCY TASKS/DELIVERABLES
TASK 1 NAME
1.1
Subtask name
1.2
Subtask name
1.3
Subtask name
20
Hours/Task
20
1,059
1,324
2,387
191 0
20
1,059
1,324
2,387
191
2,577
100.0%
10
10
530
662
1,193
95
10
530
662
1,193
95
1,289
50.0%
10
10
530
662
1,193
95
10
530
662
1,193
95
1,289
50.0%
0.0%
0.0%
2.1
2.2
0
0
$
$
$
$
$
$
$
$
$
$
0
0
$
$
$
$
$
$
1.4
2
Subtask name
TASK 2 NAME
2.3
2.4
0
0
0.0%
0.0%
$
$
$
$
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
$
$
$
$
$
$
$
$
0.0%
0.0%
0.0%
$
$
$
$
0
0
$
$
$
$
$
$
$
$
$
$
$
$
$
$
0.0%
0.0%
0.0%
0.0%
TASK 8 NAME
0.0%
TASK 9 NAME
0.0%
0.0%
10
TASK 10 NAME
0.0%
11
TASK 11 NAME
0.0%
12
TASK 12 NAME
13
TASK 13 NAME
0.0%
14
TASK 14 NAME
0.0%
15
TASK NAME
0.0%
16
TASK NAME
17
TASK NAME
0
20
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
20
$
$
1,059
$
$
1,324
$
$
TOTAL Non-Contingency
0
0
0
0
$
$
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
$
$
0
0
TASK 7 NAME
0
0
TASK 6 NAME
0
0
TASK 5 NAME
0
0
0
0
0
0
0
0
TASK 3 NAME
TASK 4 NAME
0
0
3
4
0
0
$
$
$
$
2,387
$
$
191
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
$
$
$
$
$
$
$
$
$
$
$
$
0
20
$
$
1,059
$
$
1,324
$
$
0.0%
$
$
$
$
2,387
$
$
191
$
$
2,577
0.0%
CONTINGENCY TASKS/DELIVERABLES
CONTIGENCY TASK NAME 1
C1.1
Subtask name
C1.2
Subtask name
C1.3
Subtask name
C1.4
C2
Subtask name
Hours/Task
C1
C3
C4
C5
C6
TOTAL Contingency
1,059
1,324
2,387
191
20
20
20
1,059
1,324
2,387
191
2,577
0.0%
Consulting Firm:________________________________________________________________________
(Complete a separate sheet for Prime and each subconsultant, as needed. Totals must be manually entered into the BOC worksheet.)
Task #
Basis of Estimate
Description
NON-CONTINGENCY TASKS/DELIVERABLES
Amount
Include enough detail for the reader to understand how the estimate was
determined.
820.91
Lodging
324.00
Per Diem
264.00
Mileage
382 miles roundtrip from Roseburg to Bend @ 50.5 cents per mile
192.91
Video Camera
40.00
[Task Name]
[Task Name]
[Task Name]
[Task Name]
TOTAL Non-Contingency
CONTINGENCY TASKS/DELIVERABLES
Include enough detail for the reader to understand how the estimate was
determined.
C.1
C.2
TOTAL Contingency
TOTAL Non-Contingency + Contingency
10/26/2012 11:25 AM
Appendix D
Page 98 of 143
Updated April 2013
ATA/PA/Contract No.:
Work Order No.:
Consultant Name:
Project Name:
Profit Factors
1. Complexity
0.070
0.085
Low
Low-Ave.
Rating Points
0.100
Average
Points Assigned
0.115
0.130
Above Ave.
High
Value
0
Justification:
2. Delivery Schedule
0.070
0.085
0.100
0.115
0.130
Low
Low-Ave.
Average
Above Ave.
High
Justification:
3. Cost Risk
0.070
0.085
0.100
0.115
0.130
Low
Low-Ave.
Average
Above Ave.
High
Justification:
4. Assistance/Oversight by ODOT
0.070
0.085
0.100
0.115
0.130
Extensive
Above Ave.
Average
Below Ave.
Minimal
Justification:
0.100
0.105
0.115
0.130
None/Minimal
Moderate
Above Ave.
Extensive
0.070
0.085
0.100
0.115
0.130
>$1,000,001
$500,001 $1,000,000
5. Subcontracting
Justification:
6. Cost of Services
Considerations:
< $100,000
Profit Objective
This worksheet was completed based on consideration of the instructions and the above criteria by:
Name:
Title:
Date:
Notes:
1. To properly complete this worksheet, review guidance on the attached "Profit Factor Scoring" and "Instructions & Limitations" sheets.
2.
3.
4.
5.
6.
Select the appropriate point value for each Profit Factor and enter value in the "Points Assigned" column.
If appropriate, point values that fall in between the normal gradations may be used when scoring subjective profit factors.
This worksheet is used to develop Agency's profit objective for purposes of negotiation. Enter final agreed-to profit in Record of Negotiations.
Profit/fee below 8.5 or above 11.5 or outside of Profit Limitations/Guidance must be approved by the Area Manager.
Keep a copy of the completed Profit/Fee Worksheet in the Contract Administration file, and forward a copy to the assigned procurement staff.
734-2760 (4/09)
0.0%
Complexity
Analysis of this profit factor shall consider both the technical and managerial complexity. Higher values are normally
assigned to projects with multiple technical elements requiring highly-skilled technical staff with difficult sequencing or
interfacing. Very complex projects entail many tasks that may need to be performed simultaneously or in a carefully
sequenced manner, or that when completed, must interface in a specified physical, technical, and/or political dimension.
However, the profit rating assigned must also consider the relative complexity of the project type versus the range of project
types ODOT outsources. The following categorization of project types is intended for guidance on scoring of typical projects
in each category. The value assigned to a given project may be higher or lower if justified based on the specifics and/or
unique complexities of the project.
Low: Basic, single-discipline projects that can be performed by junior or entry-level staff without sequencing or
interfacing concerns. Typically this category includes, but is not limited to projects such as: surveys, routine
drafting, preparation of as-built drawings, resurfacing.
Low Average: Basic projects involving a small number (1-3) of technical disciplines that can be performed by a
combination of junior and mid-level professionals with very little senior-level oversight, or sequencing or
interfacing concerns. Typically this category might include projects such as: minor bridges; basic roadway projects,
overlay projects that include minor grade, alignment, or sidewalk changes/designs, rural projects, small urban
projects; CEI work and/or construction contract administration for low to average complexity projects, materials
testing, or other design work of similar complexity; basic **planning/permitting projects {this includes
Transportation Growth Management (TGM)}, unless there are significant political issues/challenges or other
unusual complexities involved with the consultant work. Low to average complexity preliminary engineering
activities such as geotechnical studies, environmental studies minor EA projects, HazMat, archaeology, cultural
historic, noise, air, biology, etc., should be rated as low to low-average.
Average: Projects of moderate complexity, typically involving multiple technical disciplines. Such projects
typically require a range of technical proficiency and range of job grades to efficiently complete, with any juniorlevel staff involvement being balanced (in cost, not hours) with senior staff involvement. These projects may also
have moderate sequencing and interfacing challenges. Typically this category includes, but is not limited to projects
such as: design work for medium complexity freeway interchanges, freeways, rehabilitation or reconstruction
projects, medium complexity/size bridges; typical EA projects, **EIS studies that do not include significant
political issues, CEI work and/or construction contract administration for above average to high complexity
projects, rural projects requiring critical review/coordination* with other agencies; planning/permitting projects
{this includes Transportation Growth Management (TGM)} with significant political issues/challenges or other
unusual complexities involved with the consultant work.
Above Average: Projects that require a disproportionately high involvement of mid- and senior-level staff to
efficiently and successfully complete. These projects typically have moderate to significant sequencing or
interfacing challenges that must be overcome. Typically this category includes, but is not limited to projects such
as: design work for major bridges, major urban freeways, major interchanges; major EA projects; EIS studies that
include significant political issues or *extensive coordination with other agencies; major engineering studies
requiring special expertise; medium complexity design projects with critical review/coordination* with other
agencies; planning/permitting projects {this includes Transportation Growth Management (TGM)} with critical
political issues/challenges or other extraordinary complexities involved with the consultant work.
High: Projects with a high complexity requiring a disproportionately high amount of senior- or principal-level
involvement. Projects with high complexity typically involve coordination of multiple technical disciplines, and/or
many tasks that may need to be performed simultaneously or in a carefully sequenced manner, or that when
completed, must interface in a specified physical, technical, and/or political dimension. Typically this category
includes, but is not limited to projects such as: design work for multi-level interchanges, complex major bridges,
toll roads; complex design projects involving critical environmental issues (significant hazardous waste, highly
controversial, etc.); Above average or high complexity design projects that include critical interface with other
agencies by consultant for review/coordination*.
*Extensive involvement by Federally recognized Indian Tribes, local governments, US Forest Service, railroad, FAA, or
other entities that are not a party to the contract.
**Environmental and planning services are complex but, based on the relative complexity and risk profile to other types of
work (such as major bridge or interchange design), they are not typically High complexity for purposes of the profit
worksheet.
2.
The difficulty/complexity of the work needs to be considered when assessing the delivery schedule factor. The complexity
itself is rated under a separate profit factor, but that complexity needs to be considered when assessing whether the delivery
schedule is expedited or normal.
Low: Project has relaxed schedule with no extraordinary scheduling of personnel required;
Low-Average: No or very few critical short term deadlines or requirements for large staffing concentrations;
10/26/2012
Page 2 of 8
worksheet.
2.
The difficulty/complexity of the work needs to be considered when assessing the delivery schedule factor. The complexity
itself is rated under a separate profit factor, but that complexity needs to be considered when assessing whether the delivery
schedule is expedited or normal.
Low: Project has relaxed schedule with no extraordinary scheduling of personnel required;
Low-Average: No or very few critical short-term deadlines or requirements for large staffing concentrations;
Average: Reasonable schedule for most of the project. May include moderately tight schedule for some
tasks/deliverables if balanced by relaxed schedules for other tasks/deliverables;
Above Average: Schedule requirements are somewhat tight but are manageable without requiring large commitment of
staff;
High: Most project tasks/deliverables and/or critical path items must be expedited with tight schedules requiring large
commitment of staff.
3.
Cost Risk
This factor assesses the degree of risk in completing the work within the negotiated fixed-price or not-to-exceed amount of
the contract. Cost risk is the risk that a Consultants actual costs to complete a project will be greater than the anticipated
costs in the approved project budget. This factor should compensate consultants proportionately for assuming greater cost
risks. Higher cost risks are included in projects where there is a high potential that the budget may be inadequate due to
unforeseen or unknowable project influences at the time the SOW and budget were developed, or unforeseen and unavoidable
consequences of work elements after they are initiated. If project scoping or the statement of work are inadequate, work items
may be overlooked or underestimated. Sometimes certain project elements may need to be reworked because other project
elements were not fully known at the time the original work was being done.
If additional tasks are determined to be necessary after the contract is executed, an amendment is negotiated to add the new
tasks along with additional compensation. So potential for adding tasks via amendment does not in itself add to cost risk to
the consultant. Typically, the consultant assumes the greatest cost risk in a closely priced contract under which it agrees to
perform a complex undertaking on time within the NTE or fixed-price amount of the contract (normally, additional
compensation via amendment is only appropriate for additional services/deliverables). Some contracts may entail
substantially less cost risk than others because, for example, the project scope and statement of work are clearly defined or the
contract has an ample budget, in which case the risk factor should be reduced accordingly.
If subconsultants are used for significant elements of the project, this profit factor may include consideration of the skill level
and experience of the subconsultant firm(s) in performing work for ODOT. Subconsultant firms with limited or no experience
on ODOT projects may pose potential cost risks to the Prime.
Low: Project is routine with a well defined scope of work. The hours and expenses budgeted in the contract provide
very little chance of cost risk to consultant.
Low-Average: Project is mostly routine, has some minor uncertainties but is generally well defined and budgeted
with little chance of cost risk to consultant.
Average: Project has some unknowns but contract is sufficiently budgeted (and contract has contingency tasks, if
appropriate).
Above Average (score is based on assessment of the following):
o The budget is in line with Agencys estimate but there are several unknowns which cant reasonably be
mitigated with inclusion of contingency tasks; or
o Amount negotiated for level-of-effort/costs (including potential contingency tasks, if any) is 5 to 10 percent
less than Agencys internal estimate.
High (score is based on assessment of the following):
o The budget is in line with Agencys estimate but there are significant unknowns which cant reasonably be
mitigated with inclusion of contingency tasks; or
o Amount negotiated for level-of-effort/costs (including potential contingency tasks, if any) is more than 10
percent less than Agencys internal estimate;
10/26/2012
Page 3 of 8
4.
g
g y
;
Amount negotiated for level-of-effort/costs (including potential contingency tasks, if any) is more than 10
percent less than Agencys internal estimate;
Under this factor, the Consultant may be provided additional profit opportunities in recognition of independent development
efforts (i.e., without ODOT assistance) relevant to the contract deliverables. When assessing the level of ODOT
involvement/guidance needed, consider the skill set and level of experience of the Consultants PM and technical staff as well
as any significant subcontracted elements. Also consider the skills and experience of the assigned ODOT PM versus the skills
and experience needed to effectively provide the involvement/guidance that may be needed. The amount of existing designs
or plans, mapping, quantities, surveys, geotechnical information, etc. (Technical Data) provided by ODOT is also considered
for this factor. If surveys, geotechnical, or other studies have already been completed for a project (by ODOT or other
consultant's) and can be relied upon by the Consultant, then those previously completed studies would not be redone (unless it
is demonstrated they are flawed). This diminishes the independent development element of the project (this diminishes the
consultants risk).
Higher values are normally assigned to projects when the consultant has the requisite experience and team capabilities to
handle all aspects of the project with little guidance or involvement required from the ODOT PM. The consultants
performance (regarding need for guidance and involvement by ODOT) on prior projects should be considered if available.
Higher values may be assigned when a project is complex and the assigned ODOT PM has limited ODOT experience in the
required role (since this increases the consultants risk). Lower values are normally assigned to those projects where
previously completed elements of the project (Technical Data) are provided or when an experienced ODOT PM and extensive
support from ODOT is deemed essential, and is available, for the successful completion of the project.
Extensive: Extensive involvement, guidance or input/review are needed and will be provided by ODOT and/or a
significant amount of previously completed Technical Data is provided to consultant.
Above Average: Significant involvement (more than typical), guidance or input is needed and will be provided by ODOT
and/or a significant amount of previously completed Technical Data is provided to consultant;
Average: Moderate amount of involvement, guidance or input is needed and will be provided by ODOT and/or some
previously completed Technical Data is provided to consultant;
Below Average: Relatively little involvement, guidance, Technical Data, or input provided by ODOT.
Minimal: Very little or no involvement, guidance, Technical Data or input provided by ODOT.
5.
Subcontracting
Subcontracting introduces more risks and has the potential of increasing the costs for the prime Consultant. Since the prime
Consultant has the direct contracting relationship with ODOT, any subconsultant errors or omissions, or any faulty,
deficient, or late work products are problems that must be covered by the prime Consultant.
Assignment of point values on worksheet should be based on the amount of subcontracting needed for the project, where the
sub is performing a commercially useful function and contributing technically to the development of deliverables. This
includes subcontracting to meet any assigned DBE or MWESB goals. A higher value may be assigned when ODOT requests
use of inexperienced firms to meet Agency goals. For example, if one subconsultant is used under the contract and ODOT
requests use of an inexperienced firm, a Moderate score may be assigned rather than Minimal.
6.
Cost of Services
This factor assigns a higher profit rating to smaller contracts and lower profit to larger contracts. This is based on the
economies of scale concept, which is applied throughout commerce (including at other DOTs). Points Assigned are based
on the estimated total dollar amount for direct and indirect costs of the consultant services (including subconsultant services).
This includes amount for amendments that are expected to occur for phased development projects, such as PS&E and CE
phases following DAP phase. However, if any uncertainty exists, the additional phase(s) should be omitted from the Cost of
Services value. (e.g., if ODOT may complete the construction contract administration with Agency staff or another
consultant).
When calculating the amount of the contract for this profit factor, do not include in the total:
direct non-labor expenses for known tasks, contingency tasks or future amendments;
labor costs associated with contingency tasks (exceptions may be appropriate for some contracts; i.e., if major
portions of the work will be authorized by contingency because of timing or cost issues rather than uncertainty of
whether the work is needed).
costs for amendments if there is any uncertainty about implementation .
See Instructions and Limitations tab for additional information regarding contract amendments and contingency tasks
10/26/2012
Page 4 of 8
See Instructions and Limitations tab for additional information regarding contract amendments and contingency tasks.
10/26/2012
Page 5 of 8
Profit Limitations
Profit Guidelines
When preparing the profit objective and negotiating profit for a particular project, in addition to filling out
the Profit/Fee Worksheet, assess the overall complexity and risk profile of the project versus the broad
spectrum of projects ODOT outsources. For example, planning projects may include complexities and
political issues, but they should not typically warrant an 11% or 12% profit/fee, because these higher
profit/fees should be reserved for the higher complexity, higher-risk projects ODOT does. ODOT does not
require E&O liability insurance for planning projects because there is virtually no risk of a claim; the
overall risk profile is much lower than a very complex bridge or interchange design, which also may
include extraordinary political issues.
Contingency Tasks
Contingency tasks are any tasks that may be needed, but the need cannot be determined until after field
work or preliminary tasks are done. If there is any chance a task may not be needed, it should either be
included as a contingency or left out of the SOW (this is especially important in fixed-price contracts).
Base profit factors on the known tasks rather than on potential contingencies. If a contingency task would
add significant cost or subcontracting to the project, and the consultant challenges the State's negotiation
position on profit, we could offer to split the difference as a negotiation concession. Splitting the
difference would mean entering an 8 if the factor would have been 7 without contingencies and 9 with
contingencies. An option could be to calculate profit for the contract based on known tasks, and calculate
profit separately for the negotiation of the contingency task cost. Another thing to consider is the
likelihood of the need to authorize the contingency item.
Profit/Fee on Amendments
If both ODOT and the consultant agree that a change or modification calls for essentially the same type
and mix of work as the basic contract or is of relatively small dollar value compared to the total contract
value, the previously calculated profit rate for the project may be used as the profit/fee for that change or
modification.
If an amendment adds an entirely new phase or substantially different tasks (such as going from Design
Acceptance Package to final design, or going from final design to construction engineering phase), a
separate profit/fee analysis will be necessary, which includes use of the Profit/Fee Worksheet (and other
supporting information deemed appropriate by ODOT or the consultant) for the added contract work. This
may result in a different profit rate negotiated for the added phase or tasks that would then be invoiced at
the new profit rate, separate from the rate applicable to the original contract. For example, profit would be
negotiated separately for CE phase as the complexities and risk profile of CE phase are not the same as
design phase.
Note: References to FAR/CFR citations should not be construed as ODOTs formal adoption of federal
regulations, but are provided as examples of federal requirements. On federally funded projects, some
areas of federal law are applicable and take precedence over state laws.
pricing data), and the application of judgment to determine how well the proposed
costs represent what the cost of the contract should be, assuming reasonable economy
and efficiency. Cost Analysis is conducted for no-bid solicitations to determine
reasonableness. A detailed internal estimate for comparison purposes is required.
CPPFCost Plus Fixed-Fee (with not-to-exceed amount)
ODOT.Oregon Department of Transportation.
OAROregon Administrative Rule
OPOThe ODOT Procurement Office. OPO is the procurement and contracting authority
for the Oregon Department of Transportation.
PA...Price Agreement (currently synonymous with ATA)
PM...Project Manager. The individual responsible for oversight of the contracted project
work; i.e., Work Order Project Manager (WPM), or Contract Administrator (CA)
Price Analysis....The process of examining and evaluating a proposed price without evaluating its
separate cost elements and proposed profit. Price analysis is used in low bid
solicitations to confirm reasonableness of price, especially if only one bid is received
or if there is wide disparity in bid pricing. The validity of the comparison and the
reasonableness of the previous price(s) used for comparison must be established.
Generally, adequate price competition establishes reasonable pricing.
Procurement Office....Any office of Agency that has received written delegated authority to conduct
procurements and is responsible to retain the associated procurement documents.
RON.Record of Negotiations
SOW....Statement of Work
T&M....Time and Materials (with not-to-exceed amount)
WOC....Work Order Contract
4. Example Entries in Summary of Negotiation Process
Date
1/28/08
1/29/08
1/31/08
1/31/08
2/04/08
2/06/08
2/7/08
2/08/08
2/11/08
2/13/08
List any meetings and conference calls, specific negotiated items, schedule, classifications, tasks, etc.
and the results. For IT contracts, also document negotiations of any terms, such as product or service
warranty, license agreement, maintenance agreement, etc. (attach any related correspondence)
Conducted SOW review meeting with XYZ corp. (see attached minutes)
Made revisions to SOW based on changes and clarifications discussed1/28/08 meeting; emailed revised
SOW to Joe Smith at XYZ for review (asked for response within 2 business days).
Received approval of SOW changes from XYZ. Emailed request to Joe Smith for detailed cost estimate
using classifications as discussed at SOW review meeting (asked for submittal on 2/6/08, after internal
estimate was completed).
Emailed SOW to various technical staff for review and input on internal cost estimate (see attached
correspondence). Also emailed SOW to Jane Jones in procurement for review.
Received input for internal estimate from staff (see attached correspondence); compiled data into a detailed
internal estimate broken down by task.
Received detailed cost estimate from XYZ and began cost analysis. Sent XYZ estimate and internal estimate
to technical staff and to procurement for review and comment (see attached correspondence). Contacted Joe
Smith at XYZ to schedule negotiation meeting for 2/13/08.
Emailed Joe at XYZ to request additional breakdown of costs/hours for public involvement subcontractor
including travel expenses (per feedback from Jane L in Procurement)
Received from Joe, additional cost detail for pub involvement sub.
Prepared Pre-negotiation Plan (attached) to document cost analysis, Agencys negotiation position and
various items to discuss. Reviewed PNP with Area Manager and internal negotiation team members.
Held negotiation meeting with XYZ at Agency office in Salem. See attached negotiation meeting minutes
(attendees are listed in the minutes). Scheduled second meeting for 2/15/08.
Amendment #
WOC #
Amendment #
A Record of Negotiations (RON) is required for every negotiated contract, Work Order Contract (WOC), and for
each Amendment (except time-only amendments). This RON form can be used for Architectural, Engineering and
Land Surveying and Related Services (A&E), Non-A&E Personal Services, Information Technology, Trades
Services, and Public Works. See Negotiated Procurements Directive and ODOT Negotiations Guide.
1. Project/Contract Name:
3. Contractor Name:
4. Project Description, Services and Purpose of Procurement: The project description, services and purpose
of the procurement are stated in the associated solicitation or in the Background section of the associated WOC,
Contract, or amendment.
5. Negotiation Participants
a. Agency Staff and Titles:
b. Contractor Staff and Titles:
6. Summary of Negotiation Process
Date
List any meetings and conference calls, specific negotiated items, schedule, classifications,
tasks, etc. and results of the negotiation. For IT contracts, also document negotiations of any
terms, such as product or service warranty, license agreement, maintenance agreement, etc.
(attach meeting minutes any related correspondence)
8. AGREED-TO AMOUNT/NOT-TO-EXCEED: $
(Includes $
Agreed-to amount includes reasonable level of effort/hours for the various project tasks.
Agreed-to amount includes appropriate staff classifications for the various tasks.
Agreed-to amount includes appropriate project management costs (should be challenged if over 10% of
estimate)
Agreed-to amount includes appropriate travel and other direct non-labor expenses.
Confirmed no mark-up on subcontractors or direct expenses.
For Amendments and Work Order Contracts, confirmed billing rates and classifications in estimate match
rates and classifications in the Contract, Agreement To Agree (ATA) or Price Agreement (PA).
9. Compensation & Payment Method and Justification: [See Exhibit C of ODOT Negotiations Guide for
information regarding selection of compensation method.]
a. Compensation:
Cost Plus Fixed Fee (CPFF);
Fixed Price (FP);
*Time & Materials ;
Mixed:
b. Payment Method Selected:
Monthly Progress Payments for acceptable and verifiable progress (For CPFF or T&M);
Monthly progress payments for percentage of Services completed (For Fixed Price);
Payment upon Milestone, Deliverable or other Unit completion;
Single Payment for Full Completion of Services.
c. Justification for selecting compensation method(s) used (*if T&M, must include a determination and
finding that no other method is suitable):
10. Source(s) of Funding:
OTIA I;
OTIA II;
OTIA III;
State (non-OTIA);
FHWA;
Other (specify):
11. DBE participation: Attach copy of Committed DBE Breakdown form with agreed upon participants.
(Only applies to federally funded projects with assigned DBE Goal greater than zero.)
12. Negotiations
Completed or
Terminated Date:
.
If Terminated, enter or attach explanation:
13. Prepared by (Type, print or sign name):
14. Submit RON Form along with copies of the following items to the assigned Procurement Specialist
(electronic preferred, or hard copy):
Internal estimate
Contractors initial and any revised estimate
Pre-Negotiation Plan and related Cost Analysis
Profit Worksheet
Copies of any supporting documentation such as meeting minutes, email correspondence, etc.
15. Retain Copies of all negotiation related documentation in the contract administration file per OAR 166300-0015 and Agencys file retention schedules.
Appendix E
Agency Oversight Project Review Checklist
and Corrective Action Plan
This document is to provide information to the Consultant about tasks and administrative
documents that have not been completed. Ultimately it is up to the Agency PM to determine
what level of checks needs to occur to ensure that the Consultant has performed the work
outlined in the WOC. It is recommended that the document be prepared quarterly. A good time
to do this would be when the Agency PM Checklist is going to be submitted to the Construction
Section and to the responsible local agency. The Agency PM Checklist should be able to tell
you which tasks/items have not been completed as appropriate.
After the form has been completed, the APM would submit the form electronically to the
Construction PM for review and response. The Construction PM should respond in the
Construction PM Corrective Action section. Once they have completed their section of the form,
they should sign it and return it to the APM. The APM should sign the form and submit a copy to
the ODOT Contract Services email address.
An electronic copy can be found at:
ftp://ftp.odot.state.or.us/techserv/construction/Construction%20Forms/2890.pdf
The following provide instructions for completing the form. The numbers correspond to the
numbers on a copy of the form on the following page. There is also an example of a completed
form included for your reference.
1. Enter the Project Name as shown on the Construction Contract.
2. Enter the ODOT Region number the project is located in.
3. Enter the Contract Number as shown on the Construction Contract.
4. Enter the Consultant name that is assigned to the project (e.g., OBEC, DEA, etc.).
5. Enter the date that the form was prepared.
6. Enter the number of the review. This number should be sequential (1, 2, 3).
7. Enter an item description of what isnt completed according to the WOC.
8. This is an identification of whether it meets the requirements of the WOC, Construction
Manual, or other resource manuals requiring specific tasks/work to be completed.
9. The APM would enter any remarks/notes for the Construction PM.
10. The Construction PM would respond here with a note on how they plan on correcting the
issue.
11. Agency PMs signature.
Appendix E
Appendix E
1
Project Name (Section)
Contract No.
3
Construction Project Manager (CPM)
Region
CPM Employer
Review Date
Review Number
Review Information
Meets Requirements
Item
Yes
No
N/A
11
13
Agency PM Signature
734-2890 (10-2012)
12
14
Agency PM Name
16
Construction PM Signature
APM Remarks
10
15
Date
17
Construction PM Name
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
18
Date
1 of 1
C14235
Region
Contract No.
10/25/2012
0001
CPM Employer
Review Date
Review Number
Review Information
Meets Requirements
Item
First Note
TOD Submittal
Yes
No
N/A
APM Remarks
Appropriate Agency PM
Agency PM Signature
Agency PM Name
Date
Appropriate Construction PM
Construction PM Signature
734-2890 (10-2012)
Construction PM Name
http://www.oregon.gov/ODOT/HWY/CONSTRUCTION/hwyConstForms1.shtml
Date
1 of 1
Appendix F
Consultant Performance Evaluation and Instructions
The Consultant Evaluation form must be completed as follows:
For WOCs that last more than one year, the evaluation form must be completed annually
from the WOC NTP date and a final evaluation at the WOC close-out.
For WOCs that last less than one year, the evaluation form must be completed at the
WOC close-out.
A copy of the form is included for your reference. Instructions for completing the form are also
included.
Electronic copy of the form:
file://scdata2/OPOnet/Forms/PSK/AE/CACEIeval.xls
Electronic copy of the instructions:
file://Scdata2/OPOnet/Forms/PSK/AE/CACEIeval_Instr.pdf
Once completed, the evaluation must be sent to mailto:OPO Consultant Performance
Evaluations@odot.state.or.us.
Appendix F
Appendix F
PROJECT NAME
CONSULTANT
TASK CE-1 PROJECT MANAGEMENT: Provide specific examples of issues that resulted in a score of 1 or 2:
5 - Consultant satisfactorily fulfilled the role in the pre-construction conference, as specified in the contract
3 - Agency verbally reminded the Consultant about roles and responsibilities
1 - Agency was forced to fulfill the role of the Consultant
0 - Not applicable
SCORE POSSIBLE
3. Were the deliverables listed for the Cooperative Arrangement "Partnering" task provided as requested? (2.2
Cooperative Arrangement "Partnering" [Contingency Task])
Agency Representative should only answer this question with a score of 1 to 5 if it is applicable and part of the SOW contract.
Score this as a "0" if it is not applicable.
5 - All documents and tasks completed met the scope of work requested
4 - All of the documents were finished, but did not meet the level of quality requested
3 - Agency verbally requested documents and unfinished tasks to be completed
2 - Agency sent written notice to the Consultant and the Consultant responded by completing the work
1 - Agency was forced to fulfill the role of the Consultant
0 - Not applicable
SCORE POSSIBLE
4. Was the Consultant's approved QA/CA plan followed? (2.3 Quality Assurance and Contract Administration Plan
[QA/CA Plan])
When answering this question, the Agency Representative should also note whether or not the Consultant promptly notified
the Agency of changes to the QA/CA Plan in a proactive manner.
5 - Consultant followed the QA/CA plan satisfactorily, as specified in the contract
3 - Agency notified Consultant about not following the QA/CA plan
1 - QA/CA plan was not followed and the Consultant did not resolve the issue
0 - Not applicable
SCORE POSSIBLE
5. Was the Consultant able to administer the construction contract as required in the scope? (2.4 Construction
Contract Administration)
When answering this question, the Agency Representative should consider whether or not the Consultant understood its role
and authority representing the Agency. Did the Consultant demonstrate an ability to enforce the construction contract
requirements? Were there instances when the construction contract requirements were ignored?
5 - Consultant administered the contract without additional Agency assistance on standard or routine procedures
4 - Consultant needed Agency assistance with standard or routine procedures to administer the contract
2 - Consultant needed regular Agency assistance and was notified to take corrective action
1 - Consultant failed to adequately correct noted deficiencies
0 - Not applicable
6. Did the Consultant use sound judgment regarding application of the Agency standards
(i.e., the Construction Manual, Manual of Field Tested Procedures, plans and specifications, etc.)
and taking corrective actions?
(2.4 Construction Contract Administration)
SCORE POSSIBLE
5
When answering this question, the Agency Representative should consider whether or not the Consultant understood its role
and authority. Also, evaluate whether or not the Consultant followed standard procedures as described in the Construction
Manual and within the SOW contract.
5 - Consultant used sound judgment regarding application of the standards
3 - Agency notified the Consultant of noncompliance in standards
1 - Consultant did not correct deficiencies
0 - Not applicable
SCORE POSSIBLE
7. Did the Consultant assure compliance with Civil Rights procedures from Chapter 18 of the Construction Manual?
(2.4 Construction Contract Administration)
The Agency Representative should determine scores based on the Labor Compliance Officer's periodic reviews and any
issues noted on the Labor Compliance Audit Report.
5 - No issues or appropriate actions were taken which required reporting
4 - Consultant identified missing items and took corrective actions
3 - Agency notified the Consultant of missing items
2 - Agency sent written notice to the Consultant of expectations regarding the policies and procedures
1 - Agency was forced to contact the Contractor directly to resolve any and all Civil Rights issues
0 - Not applicable
SCORE POSSIBLE
8. Did the Consultant track and inform the Agency of Contractor overruns and or change orders as appropriate?
(2.4 Construction Contract Administration)
Based on the total number of change orders on the project, determine as a whole how the Consultant tracked and
communicated the Project Change Orders (Contract Change Orders, Extra Work Orders and State Force Orders) with the
Agency. Were potential overruns or increases of bid items or the status of the entire project funds communicated in a
proactive manner?
5 - Consultant tracked the progress, was in regular contact with Agency representative and submitted request for increases or
overruns and change orders to the appropriate levels to the Agency before the work was performed
4 - Consultant did not always provide information, requests, or change orders in a timely manner
3 - Consultant tracked the progress, but submittals to the Agency usually did not occur in a timely manner
2 - Consultant identified contract overruns after the work was already been performed
1 - Consultant did not track progress and waited for the Agency representative to provide solutions to resolve the issues
0 - Not applicable
SCORE POSSIBLE
9. Were monthly progress estimates submitted by the 5th of the month?
(2.5 Monthly Preliminary Progress Estimates)
The Agency Representative should assess the project in its entirety to determine whether or not monthly progress estimates
were submitted in an appropriate amount of time and whether or not this resulted in late payment interest to the Contractor.
5 - Consultant always submitted the Contractor estimates within time frame specified, unless the Contractor requested a
delay for more review
4 - Consultant submitted the Contractor pay estimates on time most months, but was verbally warned and there were no other
issues
2 - Agency verbally notified the consultant repeatedly regarding Contractor pay estimates that were submitted late
1 - Agency sent a written notice to the consultant regarding this issue
0 - Not applicable
SCORE POSSIBLE
10. Was the quality and quantity documentation sufficient to justify progress estimates?
(2.5 Monthly Preliminary Progress Estimates)
The Agency Representative should determine scores based on the Region Assurance Specialist (RAS) periodic reviews
noted on a Document Review Report (DRR)
5 - Consultant has accurate and organized quantity and quality documentation to support payment
4 - Consultant had minor items noted on the DRR, but has since corrected the items prior to the next RAS review
3 - Consultant did not correct significant items on the DRR prior to the next RAS review
1 - Agency sent written notification to the Consultant regarding the untimely resolution of items listed on the DRR
0 - Not applicable
SCORE POSSIBLE
11. Were meetings held at the proper frequency and deliverables of agendas and minutes completed as specified in
the contract? (2.6 Project Progress Meetings)
Agency Representative should request a copy of these items for their records and base scoring on any documents received
or not received.
5 - No issues, the Consultant met all deliverables
4 - Minor issue(s), but the Consultant corrected the issue(s)
2 - Issues with the deliverables or concerns with meeting frequency were not addressed after verbal warning
1 - Agency sent written notice requesting deliverables or concerns with the meeting frequency
0 - Not applicable
SCORE POSSIBLE
12. Were submittals reviewed in a timely manner and managed within the periods established in the contract?
(2.7 Shop drawings and Submittal Review)
All projects should have a certain amount of submittals. Agency Representative should request a copy of submittal logs or
inquire as to the status of submittal reviews. Scoring of this question should be based on the requirements in the SOW and
whether or not any Project delays occurred as a result of submittals not being reviewed in a timely manner.
5 - No Issues, the Consultant met requirements in the time specified
3 - Agency sent verbal notice of the problem
2 - Agency sent written notice of the problem and it was corrected
1 - Agency sent multiple written notices
0 - Not applicable
SCORE POSSIBLE
13. Did the Consultant provide appropriate responses in a timely manner to requests for information (RFIs)? (2.8
Consultation During Construction)
Requests for information (RFIs) are common occurrences on all projects. The Agency Representative should be aware or
inquire as to the status of any requests. Scoring of this question should be based on whether or not any delays occurred or
miscommunication resulted in any Project delays.
5 - Consultant provided clear, understandable answers in time to meet the needs of the Contractor
3 - Agency provided verbal notice of incomplete or untimely response
2 - Agency sent written notice of incomplete or untimely response
1 - Agency was forced to respond directly to the Contractor
0 - Not applicable
SCORE POSSIBLE
14. Did the Consultant follow Agency procedures when administering change orders? (2.9 Design Modifications)
Agency Representative should determine whether or not the Consultant demonstrated the correct procedures in assisting
with change orders as outlined in Chapter 15 of the Construction Manual. This can include, but is not limited to: notification,
obtaining proper approval prior to allowing the Contractor to proceed, assembling supporting documentation, performing an
independent cost estimate to justify Contractor estimates, properly documenting and tracking Contract Time and determining
if any escalation/de-escalation pay quantities were affected.
5 - Consultant followed proper Agency procedures
3 - Agency gave verbal reminders to the Consultant regarding Agency procedures
1 - Agency sent written notice to the Consultant regarding procedures
0 - Not applicable
TASK CE-2 CONSTRUCTION CONTRACT ADMINISTRATION / CONSTRUCTION ENGINEERING AND INSPECTION (CA/CEI): Provide the
question number(s) and specific examples of issues that resulted in a score of 1 or 2:
The Agency Representative should consult with the Region Environmental Coordinator (REC) on issues, or the Region
Assurance Specialist (RAS) on periodic reviews and items noted on a Document Review Report (DRR). Example of items
may include: missing erosion control monitoring reports or turbidity monitoring documentation required as per the contract.
5 - No significant issues, monitoring reports were filled out in accordance with the Agency procedures
4 - Agency provided verbal notice to correct deficiencies
3 - Agency sent written notice to correct deficiencies
2 - Agency sent second written notice to correct deficiencies
1 - Agency sent more than two (2) written notices to correct deficiencies
0 - Not applicable
SCORE POSSIBLE
16. Did the construction monitoring documentation (i.e., daily reports, photos, quantity and quality documentation
etc.) contain sufficient detail to document the project work?
(3.2 Construction Activity Monitoring)
The Agency Representative should determine scoring based on requests from their office or with the Region Assurance
Specialist (RAS) on periodic review and items noted on a Document Review Report (DRR).
5 - No significant issues, monitoring reports were filled out in accordance with the Agency procedures
4 - Agency provided verbal notice to correct deficiencies
3 - Agency sent written notice to correct deficiencies
2 - Agency sent second written notice to correct deficiencies
1 - Agency sent more than two (2) written notices to correct deficiencies
0 - Not applicable
17. Were all the inspectors knowledgeable and certified in the area of work that they were inspecting? (3.2
Construction Activity Monitoring)
The Agency Representative should review the Project in its entirety and determine whether or not there were issues, and
whether or not they were corrected.
SCORE POSSIBLE
5
Note: Other Agency staff or Partner's feedback can be used in the evaluation process, such as: the Region Environmental
Coordinator (REC), Region Assurance Specialist (RAS), and/or the Local Agency.
5 - All inspectors were certified, knowledgeable and had no performance issues
4 - All inspectors were certified, but there were performance issues and the matter was corrected
3 - Agency gave notice regarding inspector certifications or performance issues and issue was corrected
2 - Agency gave second notice regarding inspector certification or performance before issue was corrected
1 - Agency removed an inspector from the project
0 - Not applicable
SCORE POSSIBLE
18. Did the Consultant promote a good working relationship with the Contractor?
(3.2 Construction Activity Monitoring)
The Agency Representative should review the Project in its entirety and determine whether or not there were issues, and
whether or not they were corrected. Also, Part A - Contractor's Construction Process Feedback may be used in this
evaluation.
5 - No significant issues
4 - Issues arose but were addressed and resolved in a timely manner
3 - Agency sent written notice to correct deficiencies
1 - Agency sent two (2) or more written notices to the Consultant to correct deficiencies
0 - Not applicable
SCORE POSSIBLE
19. Were individuals performing QCCS functions properly certified for work they were performing?
(3.3 Quality Control Monitoring [Field Tested Materials])
The Agency Representative should review the Project in its entirety and determine whether or not there were issues and
whether or not they were corrected. Review the Consultant QA/CA Plan for information and if more than one individual was
performing this function.
5 - All individuals were certified, informed and knowledgeable about the work performed on the project
4 - All individuals were certified, but there were performance issues and the matter was corrected
3 - Agency gave notice regarding an individual's certifications or training issues and issue was corrected
2 - Agency gave second notice regarding an individual's certification or training issues
1 - Agency removed an individual from the project
0 - Not applicable
TASK CE-3 CONSTRUCTION, ENVIRONMENTAL COMPLIANCE AND WORK ZONE MONITORING/INSPECTION: Provide the question
number(s) and specific examples of issues that resulted in a score of 1 or 2:
TASK CE-4 CONSTRUCTION SURVEYING: Provide the question number(s) and specific examples of issues that resulted in a score of
1 or 2:
SCORE POSSIBLE
22. Were accurate structure load rating reports submitted in a timely manner as defined in the contract or the scope
of work? (5.3 Structure Load Rating)
Agency Representative should only answer this question with a score of 1 to 5 if it is applicable and part of the SOW contract.
Score this as a "0" if it is not applicable.
5 - Consultant submitted accurate structure load rating reports within conformance to contract requirements
4 - Consultant submitted accurate structure load rating reports, later than 30 days past the contract requirements
3 - Agency sent notice of quality or time issues
2 - Agency sent second written notice
1 - Agency sent more than two (2) written notices
0 - Not applicable
SCORE POSSIBLE
23. Did the Consultant submit complete final project documentation and material reports within the timeframe
specified in the contract (not including documentation for plant establishment work)?
(5.4 Submittal of Final Project Documentation)
Final documentation submission is required within 60 days of second notification (not including documentation for plant
establishment work). Note: If plant establishment is on the contract, the remaining quality, quantity and labor compliance
documentation associated with the plant establishment must be submitted within 14 calendar days after the plant
establishment work has been completed.
5 - Final documents (except plant establishment) were found in compliance; project was closed out within 120 days
4 - Final documents (except plant establishment) were found in compliance; project was closed out within 200 days
3 - Final documents (except plant establishment) were found in compliance; project was closed out within 365 days
2 - Final documents (except plant establishment) were found in compliance; project was closed out over 365 days
1 - Agency was forced to step in and assist the Consultant in closeout of the project
0 - Not applicable
TASK CE-5 PROJECT CLOSE-OUT: Provide the question number(s) and specific examples of issues that resulted in a score of 1 or 2:
Agency Representative should determine whether or not the Consultant understood its role and authority. Determine whether
or not the Consultant followed procedures standard as described in the Construction Manual and within the SOW Contract.
5 - Consultant responded appropriately without reminders from the Agency
4 - Consultant responded appropriately, but required reminders from Agency
3 - Agency representative sent written notice to the Consultant
2 - Agency sent second written notice to the Consultant
1 - Agency sent more than two (2) written notices to the Consultant
SCORE POSSIBLE
25. Was the Consultant cooperative and easy to work with?
5
Agency Representative should document any complaints from Agency or Agency staff and score the following accordingly:
5 - Consultant's staff worked cooperatively with the Agency
3 - Agency gave verbal notice regarding cooperation
1 - Agency sent written notice to Consultant regarding cooperation
SCORE POSSIBLE
5
26. Did the Consultant's action or inaction result in any project delays?
Agency Representative should determine whether or not the Consultant followed procedures standard as described in the
Construction Manual and within the SOW contract. Determine if any action or inaction resulted in any project delays.
5 - Consultant managed the project adequately resulting in no Consultant - caused delays
3 - Agency provided verbal notice to the Consultant regarding potential delays
1 - Agency sent written notice to Consultant regarding actual delays
TASK CE - GENERAL REQUIREMENTS: Provide the question number(s) and specific examples of issues that resulted in a score of 1 or
2:
TOTAL TOTAL
SCORE POSSIBLE
TOTAL SCORE
130
Percentage Score
0.00%
Percentage Score
(TOTAL SCORE/TOTAL POSSIBLE)X100
NOTE: Use a separate sheet for additional comments and staple to the back of this document.
Distribution:
ODOT Procurement Office:
Construction Section
Region Manager
Consultant
BACKGROUND
Workgroup Members:
ACEC members: OBEC and MSA, & Mead & Hunt
ODOT members: OPO, Construction Section, Active Transportation Section
ACEC STEERING COMMITTEE APPROVAL OF RECOMMENDATIONS (5/11/2012):
Proposed CA/CEI Consultant Performance Evaluation form for use in a pilot program for further
testing and data collection.
o
Pilot Program start immediately for the 2012 construction season, on all projects with the CE
Consultant performing CA/CEI, a duration of 9 to 12 months.
o
Data generated from the pilot program would be used to further assess the performance
evaluation questions, the overall scoring and to produce data to develop a scoring range.
o
Once the scoring range is determined, the data generated, collected and reviewed from the
pilot program would determine how the performance evaluations would be used.
CA/CEI CONSULTANT EVALUATION FORM:
Format is similar to existing forms on ODOT website
Sections and questions follow the latest SOW template for Construction Engineering (CE) Phase on
OPOs website
o Instructions are below each question
o There are six (6) sections and 26 questions
o Questions 1-23 follow the overall SOW template task, with objective scoring
o Questions 24-26 are overall performance questions that are subjective in nature, but objective
scoring
o Objective scoring is based on documented notices from the LAL or Agency Representative to
substantiate lower scores.
o Scoring ranges for individual questions were from 5 to 1, with 5 being the highest score and 1
being the lowest.
o Text boxes require documentation when scores of 2 or 1 are given or when additional
comments assisted in the overall scoring criteria.
o If a particular portion of the work is not included in the Consultants SOW, it should be rated as
Not Applicable and be given a score of 0.
EXPECTATIONS:
Projects that have Construction Engineering work performed in this 2012 construction season
(Consultant performing the CE Phase or CA/CEI work), the ODOT PMs or LALs will be required to
perform an evaluation using this form.
The ODOT PMs or LALs must provide a copy of the evaluation form to the Consultant PM as soon
as possible along with an explanation of the Pilot Program.
Page 1 of 3
Contract Administration Unit, 5/22/2012
The ODOT PMs or LALs must communicate with the Consultant performing the CE phase work that
their performance on this contract will be evaluated as part of the new Pilot Program.
The ODOT PMs or LALs should also communicate with the CE Consultant that they are encouraged
to participate in the results at close out or at the end of the construction season.
Results will be collected and entered into a database to further evaluate the overall scores and
determine any adjust to the rating process.
NOTE: Because the evaluation form is in the Pilot phase, the results, at this time are not being
used for future selection.
regarding the CA/CEI Consultant Evaluation form during the testing phase.
Summer 2012:
Review and track performance using the evaluation form as a guide
Track and document: issues, comments, concerns and commendable performance
Gather any supporting information from other Agency Representatives (OCR, RAS, REC) and the
Local Agency, if applicable.
Fall 2012:
Project Closeout
o Fill out the CA/CEI evaluation form and attach any applicable documentation
o Review the results with the Consultant performing the CA/CEI work on the project
o Request the Consultant sign the CA/CEI evaluation form
o Send the CA/CEI evaluation form to the OPO email address listed on the form and a copy to the
CA/CEI Consultant
Longer Duration Projects
o At 12 months from the Notice to Proceed date noted on the WOC, SOW or Price Agreement:
Fill out the CA/CEI evaluation and attach any applicable documentation
Review the results with the CA/CEI Consultant performing the CA/CEI work on the project
Request the Consultant sign the CA/CEI evaluation form
Send the CA/CEI form to the OPO email address listed on the form and a copy to the
Consultant
Winter 2012:
OPO and Contract Administration Unit will evaluate the data, providing ongoing assistance to the
ODOT PMs and LALs.
Results will be collected and entered into a database to further evaluate the overall scores and
determine any adjust to the rating process.
Page 2 of 3
Because the evaluation form is in the Pilot phase, the results, at this time are not being used for
future selection.
Page 3 of 3
Appendix F
Appendix G
Expenditure Report Example
The following pages show an example of an Expenditure Report that is printed from the
Contract Payment System. This report provides cost information that the Agency PM
should use to discuss with the Construction PM the status of the projects budget vs.
expenditures. To get to this report:
1. Open up CPS.
2. Select Reports.
4. Select Submit.
5. The report will open up in a Word document.
6. Save and/or print the report.
The following pages show an example of an Expenditure Report.
Appendix G
Appendix G
Prior
Biennium
Expenditures
Current
Biennium
Expenditures
To Date
Total
Expenditures
To Date
10/24/2012
04:56 PM
Available
Budget
Current
Month to date
Expenditures
$29.04
$29.04
$29.04
$61.09
$61.09
$61.09
$90.13
$90.13
$90.13
($90.13)
($90.13)
($90.13)
$0.00
$0.00
$0.00
ACTIVITY
J42 - PROJECT INSPECTION
SFO (
)
1100
DISTRICT 2A MANAGER
1012
ADMIN SERVICES-REG 1
1200
DISTRICT 2B MANAGER
SFO (
)
ST
PROJECT INSPECTION
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$2,972.13
$0.00
$0.00
$2,972.13
$2,972.13
$1,224.94
$126.29
$3,247.44
$4,598.67
$4,598.67
$4,197.07
$126.29
$3,247.44
$7,570.80
$7,570.80
($4,197.07)
($126.29)
($3,247.44)
($7,570.80)
($7,570.80)
$0.00
$0.00
$0.00
$0.00
$0.00
ACTIVITY
J43 - CONST MGMT-OFFCE SPT
SFO (
)
1052
TRAFFIC ANALYSIS
1100
DISTRICT 2A MANAGER
SFO (
)
ST
CONST MGMT-OFFCE SPT
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$236.59
$236.59
$236.59
$818.88
$0.00
$818.88
$818.88
$818.88
$236.59
$1,055.47
$1,055.47
($818.88)
($236.59)
($1,055.47)
($1,055.47)
$0.00
$0.00
$0.00
$0.00
ACTIVITY
J45 - MATERIALS QA/QC
SFO (
)
1081
AREA MGR-METRO WEST
7870
STRUCTURE SERVICES
7840
QUALITY ASSURANCE
7810
CONTRACT ADMIN
1809
CONST PROJ/STATLER
7890
LABORATORY SVCS MGR
SFO (
)
ST
MATERIALS QA/QC
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$6,270.76
$2,469.38
$527.25
$0.00
$931.40
$10,198.79
$10,198.79
$15,575.09
$134,921.76
$2,328.59
$0.00
$106.40
$6,677.52
$159,609.36
$159,609.36
$15,575.09
$141,192.52
$4,797.97
$527.25
$106.40
$7,608.92
$169,808.15
$169,808.15
($15,575.09)
($141,192.52)
($4,797.97)
($527.25)
($106.40)
($7,608.92)
($169,808.15)
($169,808.15)
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ACTIVITY
J46 - PROJECT CONSULTATION
SFO (
)
1013
FACILITIES-REGION 1
1610
BRIDGE DESIGN- R1 TC
1052
TRAFFIC ANALYSIS
$0.00
$0.00
$0.00
$0.00
$0.00
$268.45
$23.43
$2,151.43
$1,727.16
$23.43
$2,151.43
$1,995.61
($23.43)
($2,151.43)
($1,995.61)
$0.00
$0.00
$0.00
Ea: CON02874
Expenditure Report
Page 1
Project
Budget
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Prior
Biennium
Expenditures
$537.98
$272.51
$1,815.17
$637.52
$1,069.51
$843.18
$58.11
$145.49
$5,647.92
$5,647.92
Current
Biennium
Expenditures
To Date
$93.31
$366.58
$0.00
$50.28
$1,720.53
$1,172.60
$0.00
$745.25
$8,050.57
$8,050.57
Total
Expenditures
To Date
$631.29
$639.09
$1,815.17
$687.80
$2,790.04
$2,015.78
$58.11
$890.74
$13,698.49
$13,698.49
10/24/2012
04:56 PM
Available
Budget
($631.29)
($639.09)
($1,815.17)
($687.80)
($2,790.04)
($2,015.78)
($58.11)
($890.74)
($13,698.49)
($13,698.49)
Current
Month to date
Expenditures
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ACTIVITY
J60 - ASSURANCE REVIEWS
SFO (
)
7810
CONTRACT ADMIN
SFO (
)
ST
ASSURANCE REVIEWS
ST
$0.00
$0.00
$0.00
$4,928.98
$4,928.98
$4,928.98
$4,726.23
$4,726.23
$4,726.23
$9,655.21
$9,655.21
$9,655.21
($9,655.21)
($9,655.21)
($9,655.21)
$0.00
$0.00
$0.00
ACTIVITY
J62 - CONTRACTOR CLAIMS
SFO (
)
1096
R1 UTILITIES UNIT
SFO (
)
ST
CONTRACTOR CLAIMS
ST
$0.00
$0.00
$0.00
$131.37
$131.37
$131.37
$0.00
$0.00
$0.00
$131.37
$131.37
$131.37
($131.37)
($131.37)
($131.37)
$0.00
$0.00
$0.00
ACTIVITY
J71 - PROG MGMT/PROJ DEL
SFO (
)
1013
FACILITIES-REGION 1
1000
REGION 1 ADMIN
8112
SALEM PERMITS OFFICE
1817
LOCAL AGENCY COORD
1672
TRAFF TP/DT - R1 TC
1087
AREA MGR-METRO EAST
1085
REGION CONS ENGINEER
1052
TRAFFIC ANALYSIS
SFO (
)
ST
PROG MGMT/PROJ DEL
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$21.40
$0.00
$932.21
$15,939.19
$0.00
$0.00
$2,958.74
$0.00
$19,851.54
$19,851.54
$0.00
$243.10
$3,358.89
$10,418.12
$194.41
$4,065.09
$3,768.48
$3,638.25
$25,686.34
$25,686.34
$21.40
$243.10
$4,291.10
$26,357.31
$194.41
$4,065.09
$6,727.22
$3,638.25
$45,537.88
$45,537.88
($21.40)
($243.10)
($4,291.10)
($26,357.31)
($194.41)
($4,065.09)
($6,727.22)
($3,638.25)
($45,537.88)
($45,537.88)
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ACTIVITY
SFO (
Ea: CON02874
Expenditure Report
Page 2
Project
Budget
$0.00
$0.00
$0.00
$0.00
Prior
Biennium
Expenditures
$174.27
$174.27
$174.27
$44,170.63
Current
Biennium
Expenditures
To Date
$0.00
$0.00
$0.00
$203,551.14
Total
Expenditures
To Date
$174.27
$174.27
$174.27
$247,721.77
10/24/2012
04:56 PM
Available
Budget
($174.27)
($174.27)
($174.27)
($247,721.77)
Current
Month to date
Expenditures
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/001 - SW GIBBS ST PEDESTRI
ACTIVITY
J46 - PROJECT CONSULTATION
SFO (
)
1052
TRAFFIC ANALYSIS
$0.00
1610
BRIDGE DESIGN- R1 TC
$0.00
SFO (
)
ST
$0.00
PROJECT CONSULTATION
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$84.47
$84.47
$84.47
$0.00
$84.47
$84.47
$84.47
$0.00
($84.47)
($84.47)
($84.47)
$0.00
$0.00
$0.00
$0.00
ACTIVITY
J71 - PROG MGMT/PROJ DEL
SFO (
)
1052
TRAFFIC ANALYSIS
1817
LOCAL AGENCY COORD
SFO (
)
ST
PROG MGMT/PROJ DEL
ST
EA/SJ CON02874/001
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$734.98
$1,684.30
$2,419.28
$2,419.28
$2,503.75
$734.98
$1,684.30
$2,419.28
$2,419.28
$2,503.75
($734.98)
($1,684.30)
($2,419.28)
($2,419.28)
($2,503.75)
$0.00
$434.89
$434.89
$434.89
$434.89
EA/SUBJOB
CON02874/010 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
7815
CONTRACT PAYMNT UNIT
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
EA/SJ CON02874/010
ST
$0.00
$159,778.51
$159,778.51
$159,778.51
$159,778.51
$800,246.83
$800,246.83
$800,246.83
$800,246.83
$960,025.34
$960,025.34
$960,025.34
$960,025.34
($960,025.34)
($960,025.34)
($960,025.34)
($960,025.34)
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/011 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
7815
CONTRACT PAYMNT UNIT
$0.00
1817
LOCAL AGENCY COORD
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
$1,102,630.82
$0.00
$1,102,630.82
$1,102,630.82
$2,584,223.26
($1,000,000.00)
$1,584,223.26
$1,584,223.26
$3,686,854.08
($1,000,000.00)
$2,686,854.08
$2,686,854.08
($3,686,854.08)
$1,000,000.00
($2,686,854.08)
($2,686,854.08)
$0.00
$0.00
$0.00
$0.00
ACTIVITY
SFO (
$0.00
$0.00
$0.00
$0.00
$0.00
Ea: CON02874
Expenditure Report
Page 3
Project
Budget
$0.00
$0.00
$0.00
ACTIVITY
WKP - OPER/PROJ BUDGETS
SFO (
)
1817
LOCAL AGENCY COORD
$5,308,374.41
SFO (
)
ST
$5,308,374.41
OPER/PROJ BUDGETS
ST
$5,308,374.41
EA/SJ CON02874/011
ST
$5,308,374.41
Prior
Biennium
Expenditures
$671.05
$671.05
$671.05
Current
Biennium
Expenditures
To Date
($671.05)
($671.05)
($671.05)
Total
Expenditures
To Date
$0.00
$0.00
$0.00
10/24/2012
04:56 PM
Available
Budget
$0.00
$0.00
$0.00
Current
Month to date
Expenditures
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,103,301.87
$0.00
$0.00
$0.00
$1,583,552.21
$0.00
$0.00
$0.00
$2,686,854.08
$5,308,374.41
$5,308,374.41
$5,308,374.41
$2,621,520.33
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/021 - SW GIBBS ST PEDESTRI
ACTIVITY
J43 - CONST MGMT-OFFCE SPT
SFO (
)
1817
LOCAL AGENCY COORD
$0.00
SFO (
)
ST
$0.00
CONST MGMT-OFFCE SPT
ST
$0.00
EA/SJ CON02874/021
ST
$0.00
$328,557.90
$328,557.90
$328,557.90
$328,557.90
$779,964.88
$779,964.88
$779,964.88
$779,964.88
$1,108,522.78
$1,108,522.78
$1,108,522.78
$1,108,522.78
($1,108,522.78)
($1,108,522.78)
($1,108,522.78)
($1,108,522.78)
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/030 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
7815
CONTRACT PAYMNT UNIT
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
EA/SJ CON02874/030
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/031 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
7815
CONTRACT PAYMNT UNIT
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
$381,354.06
$381,354.06
$381,354.06
$0.01
$0.01
$0.01
$381,354.07
$381,354.07
$381,354.07
($381,354.07)
($381,354.07)
($381,354.07)
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$381,354.06
$381,354.06
$0.00
$0.00
ACTIVITY
WKP - OPER/PROJ BUDGETS
SFO (
)
1817
LOCAL AGENCY COORD
$381,354.06
SFO (
)
ST
$381,354.06
Contract No: C14267
Ea: CON02874
Expenditure Report
Page 4
ST
ST
Project
Budget
$381,354.06
$381,354.06
Prior
Biennium
Expenditures
$0.00
$381,354.06
Current
Biennium
Expenditures
To Date
$0.00
$0.01
Total
Expenditures
To Date
$0.00
$381,354.07
10/24/2012
04:56 PM
Available
Budget
$381,354.06
($0.01)
Current
Month to date
Expenditures
$0.00
$0.00
EA/SUBJOB
CON02874/040 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
7815
CONTRACT PAYMNT UNIT
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
EA/SJ CON02874/040
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$150,990.24
$150,990.24
$150,990.24
$150,990.24
$150,990.24
$150,990.24
$150,990.24
$150,990.24
($150,990.24)
($150,990.24)
($150,990.24)
($150,990.24)
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/041 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
7815
CONTRACT PAYMNT UNIT
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
$1,624,441.10
$1,624,441.10
$1,624,441.10
$0.01
$0.01
$0.01
$1,624,441.11
$1,624,441.11
$1,624,441.11
($1,624,441.11)
($1,624,441.11)
($1,624,441.11)
$0.00
$0.00
$0.00
ACTIVITY
WKP - OPER/PROJ BUDGETS
SFO (
)
1817
LOCAL AGENCY COORD
$1,624,441.10
SFO (
)
ST
$1,624,441.10
OPER/PROJ BUDGETS
ST
$1,624,441.10
EA/SJ CON02874/041
ST
$1,624,441.10
$0.00
$0.00
$0.00
$1,624,441.10
$0.00
$0.00
$0.00
$0.01
$0.00
$0.00
$0.00
$1,624,441.11
$1,624,441.10
$1,624,441.10
$1,624,441.10
($0.01)
$0.00
$0.00
$0.00
$0.00
EA/SUBJOB
CON02874/051 - SW GIBBS ST PEDESTRI
ACTIVITY
J64 - CONSTRUCT PAYMENTS
SFO (
)
1817
LOCAL AGENCY COORD
$0.00
7815
CONTRACT PAYMNT UNIT
$0.00
SFO (
)
ST
$0.00
CONSTRUCT PAYMENTS
ST
$0.00
$0.00
$0.00
$0.00
$0.00
$1,000,000.00
$817,730.98
$1,817,730.98
$1,817,730.98
$1,000,000.00
$817,730.98
$1,817,730.98
$1,817,730.98
($1,000,000.00)
($817,730.98)
($1,817,730.98)
($1,817,730.98)
$0.00
$0.00
$0.00
$0.00
ACTIVITY
WKP - OPER/PROJ BUDGETS
SFO (
)
1817
LOCAL AGENCY COORD
$1,817,730.97
SFO (
)
ST
$1,817,730.97
OPER/PROJ BUDGETS
ST
$1,817,730.97
EA/SJ CON02874/051
ST
$1,817,730.97
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$1,817,730.98
$0.00
$0.00
$0.00
$1,817,730.98
$1,817,730.97
$1,817,730.97
$1,817,730.97
($0.01)
$0.00
$0.00
$0.00
$0.00
$3,641,604.07
$5,338,540.05
$8,980,144.12
$151,756.42
$434.89
REPORT TOTALS
Contract No: C14267
$9,131,900.54
Ea: CON02874
Expenditure Report
Page 5
10/24/2012
04:56 PM
$0.00
Contract Payments
$7,621,395.82
$1,358,748.30
$8,980,144.12
Expenditure Report
Page 6
Expenditure Account
CON02874
SFO Total
$0.00
','CON02874'
','CON02874'
Contract Payments
$7,621,395.82
Expenditure Report
Page 7
10/24/2012
04:56 PM
Appendix G
Appendix H
Document Review Form Prioritization Discussion
The Region Assurance Specialists complete a Document Review Form when there is missing
documentation on a project. One of the fields on that form is the prioritization. This specifically
relates to the escalation for notification if the item is not dealt with.
A copy of the DRR and the escalation process is included for your reference.
Appendix H
Appendix H
EA. NUMBER
PROJECT MANAGER
COMP. DATE
FUEL ESCALATION
ASPH. ESCALATION
Reimbursable
Training:
Yes
No
No
BI QUANTITY
DATE PLACED ON
DRR BY RAS
BID ITEM
NO.
PREPARED BY (RAS)
Yes
STEEL ESCALATION
Yes
Contractor Opted
HRS TO DATE
PRIORITY
H-High
M-Medium
L-Low
SECOND NOTE
Key No.
(150% Max.)
% USED
Contract No.
REGION
No
No
No Training
Item name and comments, unresolved details, and exceptions to the Final Materials
Certification, form 734-1979 or unresolved quantity issues.
% CONTRACT
COMP. (based
on Prog Est.)
PM
RESOLVED
(Initials/Date)
REVIEWED
BY RAS
(Initials/Date)
DATE
DATE
ATTACHMENTS
734-1903 (01-2012)
Contract Administration
Medium When an issue on the DRR is identified as Medium Priority the RAS will
provide a copy of the DRR to the PM*, the Area Manager (AM), and the Contract
Administration, Contract Services Leadworker. The expectation is that the issue will be
Revised 1/25/2012
Contract Administration
addressed and resolved prior to the next scheduled DRR review by the RAS, or a plan
has been developed to address the deficiency if it can not be immediately corrected.
The AM office will typically have 90 days to address or resolve the issue. If the issue is
not addressed by the next review, the issue will automatically escalate to a High priority.
High When an issue is identified as High Priority the RAS will provide a copy of the
DRR to the PM*, the AM and the Contract Administration Engineer (CAE). The
expectation is that the issue will be addressed and resolved prior to the next scheduled
DRR review by the RAS, or a plan has been developed to address the deficiency if it
can not be immediately corrected. The PM, AM and CAE will work together, and with
other technical experts (e.g. Professional of Record (POR), Quality Assurance Engineer
(QAE), Quality Control Compliance Specialist (QCCS), Inspector) if needed, to expedite
the resolution of the issue. The group will develop a plan to address the deficiency if it
can not be immediately corrected.
Items listed on the DRR
Low
Priority
Medium
High
< 5%
5% -20%
> 20%
< 5%
5% -20%
> 20%
< 5%
5% -20%
> 20%
<$50,000
$50,000 $125,000
> $125,000
No Assessment of LDs
(no approved CCO granting time)
<15 Days
15 -30 Days
>30 Days
Missing CMO
Exceeds
Missing
Multiple CMOs 0.1% or >
$2,500
< |$25,000|
Revised 1/25/2012
|$25,000||$50,000|
>|$50,000|