CCE PROCEDURAL GUIDELINES - CDOT QC/QA Manual February 2008.pdfCCE PROCEDURAL GUIDELINES CHICAGO...
Transcript of CCE PROCEDURAL GUIDELINES - CDOT QC/QA Manual February 2008.pdfCCE PROCEDURAL GUIDELINES CHICAGO...
CCE PROCEDURAL GUIDELINES
CHICAGO DEPARTMENT OF TRANSPORTATION Thomas G. Byrne
Commissioner
DIVISION OF ENGINEERING John Yonan, P.E.
Deputy Commissioner
February 2008
1
TABLE OF CONTENTS
CONTENTS
SECTION I: INTRODUCTION ............................................................................................................5
SECTION II: MASTER FILE SYSTEM................................................................................................6 GENERAL PROCEDURES.....................................................................................................6
EXHIBITS................................................................................................................................7
SECTION III: SUBMITTALS .............................................................................................................14 A. GENERAL PROCEDURES .....................................................................................................14 B. PROCEDURE FOR SUBMITTALS..........................................................................................14 EXHIBITS..............................................................................................................................17
SECTION IV: CORRESPONDENCE................................................................................................23 A. GENERAL PROCEDURES .....................................................................................................23 B. STANDARD FILE LETTERS ...................................................................................................23
1. PROJECT SUBSTANTIAL COMPLETION.......................................................................24 2. INTERIM SUBSTANTIAL COMPLETION.........................................................................24 3. PUNCH LIST COMPLETION............................................................................................25 4. FIELD ORDERS ...............................................................................................................255. EEO STATUS ...................................................................................................................25 6. DBE STATUS ...................................................................................................................26 7. MBE/WBE STATUS.........................................................................................................26 8. AWARD CRITERIA STATUS ...........................................................................................27 9. CHICAGO RESIDENCY REQUIREMENTS .....................................................................28 10. MEETING MINUTES ........................................................................................................29 11. PUNCHLIST STATUS ......................................................................................................29 12. WARRANTY PERIOD......................................................................................................30
SECTION V: DISTRIBUTION OF COPIES.......................................................................................31 GENERAL PROCEDURES...................................................................................................31
SECTION VI: FIELD ORDERS .........................................................................................................32 GENERAL PROCEDURES...................................................................................................32
EXHIBIT ...............................................................................................................................33
SECTION VII: REQUEST FOR INFORMATION ..............................................................................34 GENERAL PROCEDURES...................................................................................................34 EXHIBIT ...............................................................................................................................35
SECTION VIII: CONSTRUCTION REVIEW MEETINGS..................................................................36 GENERAL PROCEDURES...................................................................................................36
EXHIBITS .............................................................................................................................39
SECTION IX: CHANGE ORDERS....................................................................................................55A. GENERAL PROCEDURES .....................................................................................................55 B. WRITING A PCM.....................................................................................................................56
2
C. WRITING A RECORD OF NEGOTIATION .............................................................................58 D. LINE ITEM CHANGES ............................................................................................................59 E. MODIFICATION LOG..............................................................................................................60
EXHIBITS .............................................................................................................................61
SECTION X: PAY ESTIMATES ........................................................................................................87 GENERAL PROCEDURES...................................................................................................87
EXHIBITS .............................................................................................................................89
SECTION XI: INSPECTION PROCEDURES ...................................................................................97 A. GENERAL INSPECTION NOTES.........................................................................................97 B. CONCRETE (MISCELLANEOUS CONSTRUCTION) ..........................................................99 C. CONCRETE (SUPERSTRUCTURE) ..................................................................................102 D. REINFORCING STEEL.......................................................................................................104 E. STRUCTURAL & ARCHITECTURAL STEEL .....................................................................105 F. CLEANING AND PAINTING STEEL BRIDGES..................................................................107 G. HOT MIX ASPHALT............................................................................................................109H. CAISSONS..........................................................................................................................112 I. BACKFILL AND GRANULAR MATERIALS ........................................................................114 J. MISCELLANEOUS MATERIALS ........................................................................................116 K. LANDSCAPING ..................................................................................................................118
EXHIBITS ...........................................................................................................................123
SECTION XII: PUNCH LIST ..........................................................................................................159 GENERAL PROCEDURES.................................................................................................159
EXHIBITS ...........................................................................................................................160
SECTION XIII: MINORITY REPORTING........................................................................................165 A. EEO.....................................................................................................................................165 B. DBE (FEDERALLY FUNDED PROJECTS) ........................................................................165 C. MBE / WBE AND CHICAGO RESIDENCY (CITY FUNDED PROJECTS) .........................165 D. DAILY HEAD COUNTS.......................................................................................................165
EXHIBITS ...........................................................................................................................166
SECTION XIV: DOCUMENTATION ...............................................................................................168 A. PROGRESS AND FINAL DOCUMENTATION ...................................................................168 B. DAILY LOG .........................................................................................................................168 C. PAYMENTS FOR OFF-SITE MATERIAL............................................................................168 D. SUBMITTAL OF FINAL DOCUMENTATION TO RECORDS & ESTIMATES ....................169
EXHIBITS ...........................................................................................................................170
SECTION XV: ADA GUIDELINES ................................................................................................. 187 GENERAL PROCEDURES ................................................................................................187
EXHIBITS ...........................................................................................................................188
SECTION XVI: JOC CONTRACTS AND TERM AGREEMENT CONTRACTS............................. 190 GENERAL PROCEDURES ................................................................................................190
EXHIBITS ...........................................................................................................................193
SECTION XVII: CONSULTANT POLICIES ...................................................................................203A. PHONES AND VOICE MAIL...............................................................................................203
3
B. VACATIONS AND ABSENCES ..........................................................................................203 C. EMERGENCIES..................................................................................................................203 D. CONSULTANT COMPUTER POLICY ................................................................................203 E. CONSULTANT OVERTIME POLICY..................................................................................204
SECTION XVIII: CONSULTANT REPORTS / INVOICING.............................................................205 A. CONSULTANT COST STATUS REPORT..........................................................................205 B. CONSULTANT INVOICING ................................................................................................205
EXHIBITS ...........................................................................................................................206
APPENDIX......................................................................................................................................212 COMMON ACRONYMS..............................................................................................................212
4
SECTION I:INTRODUCTION
This manual is intended to serve as a guide for your use during the project. The following sections will guide you through the basic procedures on how to fulfill certain CDOT requirements and complete the required documentation.
While this manual cannot account for every instance that might occur on the project, it will help you to follow the basic chain of command to find the answers you may need.
Please read this manual carefully. Questions that may arise during the course of the project should be forwarded to the Division of Engineering (DOE) only if this manual does not contain the necessary information to resolve the issue.
5
SECTION II:MASTER FILE SYSTEM
GENERAL PROCEDURES
1. The Consultant Construction Engineer (CCE) is responsible for the set-up and maintenance of the Master File System (MFS) for each individual project. The CCE is to utilize the DOE Master File System for all field files.
2. At the beginning of the project, the CCE is to set up a master file with computer generated labels.
3. The CCE is allowed to add to the MFS but cannot delete items.
4. The CCE should follow the sample MFS labels attached (see Exhibit II.A). The labels are to be Avery No. 5260 or equivalent size (1” x 2-5/8”).
6
CITY OF CHICAGO DEPARTMENT OF TRANSPORTATION
DIVISION OF ENGINEERING
MASTER PROJECT FILES INDEX
CONSTRUCTION PHASE
1010 FILE INDEX1020 PRE-BID DOCUMENTS1030 BID DOCUMENTS1040 AWARD DOCUMENTS1050 JOB ORDER CONTRACTS1060 CCE CONTRACT1100 INCOMING CORRESPONDENCE1200 OUTGOING CORRESPONDENCE1300 FIELD INQUIRIES1400 BILLINGS1500 (UNASSIGNED)1600 PERMITS AND AGREEMENTS1700 DRAWINGS / TRANSMITTALS / FIELD SKETCHES1800 CLAIMS1900 CHANGE MODIFICATIONS2000 SAFETY / INSURANCE2100 INSPECTION / PROGRESS2200 DBE/EEO COMPLIANCE2300 CERTIFIED PAYROLLS2400 (UNASSIGNED)2500 CONTRACT CLOSEOUT2600 COST ESTIMATES2700 SCHEDULES2800 MEETINGS2900 QUALITY CONTROL / QUALITY ASSURANCE3000 REFERENCE MATERIALS3100 PHOTOGRAPHS 4000 SPECIAL FILES 4100 ADA REPORTS 5000 SUBMITTALS
7
CITY OF CHICAGO DEPARTMENT OF TRANSPORTATION
DIVISION OF ENGINEERING
MASTER PROJECT FILESCONTENTS
CONSTRUCTION PHASE1000-4000
1010 FILE INDEX1011 Construction Phase File Index
1020 PRE-BID DOCUMENTS1021 Force Account Plan 1021.1 Letter to FTA / IDOT Requesting Concurrence 1021.2 FTA / IDOT Responses to Force Account Plan 1022 Correspondence: Chief Procurement Officer 1023 Design and Cost Estimates 1024 IDOT Pre-Bid Concurrence Letter 1025 CDOT Pre-Bid Meeting
1030 BID DOCUMENTS1031 FTA / IDOT Selected Contractor Approval Letter 1032 Certified Bid Sheet 1033 Certified Copy of Bid Advertisement 1034 Addenda 1035 Contract Drawing List (Including Revised) 1036 Contract Specifications
1040 AWARD DOCUMENTS1041 Performance Bond 1042 Conformed Contract 1043 Notice of Award 1044 Notice to Proceed
1050 JOB ORDER CONTRACTS
1060 CCE CONTRACT 1060.1 RFP/RFQ 1060.2 CCE Proposals 1060.3 Evaluations, Summary Sheets 1060.4 Letter to Commissioner/Purchasing Agent 1060.5 IDOT Concurrence/IDOT Response 1060.6 Letter of Notification to FTA 1060.7 Consultant Negotiations (Letters and Meeting Minutes) 1060.8 Letter of Intent and/or Notice to Proceed 1060.9 Transmittals 1060.10 021 Requisition 1060.11 Consultant Contract 1060.12 IDOT Force Account 1060.13 Amendments 1060.14 Miscellaneous
1060.15 Sub-consultant Timesheets
1100 INCOMING CORRESPONDENCE1101 Correspondence from Contractor 1102 Correspondence from CDOT 1103 Correspondence from CTA / Metra 1104 Correspondence from Design Consultant 1105 Correspondence from Property Owners 1106 Miscellaneous Correspondence
1106.1 Contractor Delays 1107 Correspondence from CCE Main Office
8
1200 OUTGOING CORRESPONDENCE1201 Correspondence to Contractor 1202 Correspondence to CTA / Metra 1203 Correspondence to Design Consultant 1204 Correspondence to Property Owners 1205 Miscellaneous Correspondence 1206 Correspondence to CDOT 1207 Correspondence to CCE Main Office
1300 FIELD INQUIRIES1301 Request for Information
1400 BILLINGS1401 Contractor Pay Vouchers 1402 Final Waivers 1402.1 Partial Lien Waivers 1403 Interfund Vouchers 1404 (Client) Vouchers 1405 Professional Service Vouchers
1500 (UNASSIGNED)
1600 PERMITS AND AGREEMENTS1601 [Permit Checklist]
1620 City of Chicago Permits1621 Building Permit 1622 Department of Transportation 1622.1 Sidewalk Closure Permits 1622.2 Driveway Removal/Replacement Permit 1622.3 Sidewalk Removal/Replacement Permit 1622.4 Highways and Bridges Permit 1622.5 Parking Meter Removal/Replacement Permit 1622.6 Traffic and Parking Sign Removal/Replacement Permit 1622.7 Street Opening Permit 1623 Bureau of Forestry Permit 1624 Sewer Permit 1625 Department of Water Permit 1626 Underground Storage Tank Removal Permit 1627 Miscellaneous Permits
1630 City Agency Agreements1631 Bureau of Electricity 1632 Division of Engineering 1633 OEMC 1634 Department of Sewers 1635 Department of Water
1640 CTA / Metra Agreements 1641 Flagging1642 Miscellaneous
1650 IDOT Agreements 1651 IDOT Agreements
1660 FTA Agreements 1661 FTA Agreements
1670 Utility Agreements1671 Peoples Gas 1672 Commonwealth Edison 1673 AT&T 1674 Cable 1675 MCI
1680 Environmental Protection Agency1681 State 1682 Federal
9
1690 MISCELLANEOUS1691 Office of Underground Coordination Meeting Minutes 1692 Right of Way Information 1693 Office of Underground Transmittal and Review Form
1700 DRAWINGS / TRANSMITTALS / FIELD SKETCHES1701 Contractor's Submittal Register 1702 Shop Drawing Submittal Log 1703 Submittal Status Reports 1704 Field Changes and Sketches 1705 List of Subcontractors 1706 Approved Material Suppliers 1707 Contract Drawing Revisions 1708 Miscellaneous Calculations
1800 CLAIMS
1900 CHANGE MODIFICATIONS1901 Field Orders 1902 PCM/CM Log 1903 Line Item Changes 1904 Proposed and Accepted Contract Modifications (In Numerical Order by PCM No.) 1904.1 IDOT Prior Approvals (BC2256) 1904.2 Record of Negotiations 1904.3 Approved Contract Modifications 1904.4 IDOT Approved Authorizations 1905 Rejected Proposals 1906 Concurrence Letters to/from IDOT 1907 Concurrence Letters to/from FTA
2000 SAFETY / INSURANCE2001 Approved Safety Plan 2002 Insurance Certificates 2002.1 Builder's Risk 2002.2 Owner's Protective 2002.3 Liability 2002.4 Railroad 2003 Contractor Safety Meetings 2004 Accident Reports 2005 CTA Property Permits / Safety Training 2006 Safety / Insurance Correspondence 2007 Utility Damage
2100 INSPECTION / PROGRESS2101 Contractor Daily Progress Reports 2102 Construction Manager Daily Progress Reports 2103 IDOT Weekly Reports (BC239) 2103. 1 Traffic Control Inspection Reports 2104 Monthly Progress Reports 2105 Surveys 2106 Field Books 2107 Quantity Books 2108 Requests for Inspection of Material 2109 CDOT Audits 2110 IDOT/FHWA Audits
2200 DBE/EEO COMPLIANCE2201 List of Subcontractors 2202 Subcontractor Approvals (BC-260-a) 2203 Monthly Utilization Reports 2204 Prevailing Wage Rates 2205 DBE Status Monthly Reports 2206 Workforce Analysis 2207 Weekly Trainee Reports 2208 Quarterly Trainee Reports 2209 Daily Head Count
2300 CERTIFIED PAYROLLS
10
2301 (In Alphabetical Order)
2400 (UNASSIGNED)
2500 CONTRACT CLOSEOUT2501 Closeout Checklist 2502 Punch Lists 2503 Warranties / Guaranties (In Numerical Order by Specification Section) 2504 Operation & Maintenance Manual List 2505 Final Papers
2600 COST ESTIMATES2601 Value Engineering
2700 SCHEDULES2701 Original Schedule 2702 Revised Schedules (In Chronological Order) 2703 Miscellaneous Schedules
2800 MEETINGS2801 Preconstruction Meeting 2802 Construction Review Meetings 2803 Miscellaneous Meetings (If Required, File Separately in Alphabetical Order)
2900 QUALITY CONTROL / QUALITY ASSURANCE2901 Plans and Audits 2901.1 Testing and Inspection Plan 2901.2 QA Audit Reports2902 Concrete 2902.1 Mix Designs 2902.2 Batch Plant Reports 2902.3 Field Testing Reports (Slump / Air) 2902.4 Test Cylinder Reports 2902.5 Rebar Mill Certification 2902.6 Concrete Pour Notifications 2902.7 Approved RFIMs 2903 Structural Steel 2903.1 Mill Certificates 2903.2 Welders' Certifications 2903.3 Testing Laboratory Reports (Shop) 2903.4 Weld Inspection Reports (Field) 2903.5 Paint Inspection Reports 2903.6 Field Bolting Test Reports 2903.7 Fabrication Notification 2903.8 Approved RFIMs 2904 Soil / Backfill 2904.1 Existing Soil Analysis Reports 2904.2 Backfill Analysis Reports 2904.3 Soils Compaction Reports 2904.4 Stone Delivery Tickets 2904.5 Aggregate Compaction Reports 2904.6 Proctor Reports 2904.7 Density Testing Notification 2904.8 Approved RFIMs 2905 Asphalt 2905.1 Mix Designs 2905.2 Batch Plant Reports 2905.3 Compaction / Roller Reports 2905.4 Bituminous Paving Notification 2905.5 Approved RFIMs 2906 Caissons 2906.1 Approved Caisson Procedure 2906.2 Caisson Test Reports 2907 Landscaping 2907.1 Material Certifications 2907.2 Material Testing Reports
11
2907.3 Approved RFIMs, RFINTs, RFIMPs 2908 Miscellaneous (In Alphabetical Order)
2908.1 Aggregate 2908.2 Electrical 2908.3 Paint Submittal 2908.4 Sewer 2908.5 Approved RFIMs
3000 REFERENCE MATERIALS
3100 PHOTOGRAPHS 3101 Existing Conditions 3102 Progress Photographs 3103 Historical Photographs
4000 SPECIAL FILES
4100 ADA REPORTS 4101 Sidewalk and Driveway Standards 4102 Ramp Layout (to be submitted by Contractor) 4103 Alternative Designs 4104 QC Checksheets 4105 QA Checksheets
5000 SUBMITTALS
12
Exhibit II.A 1010FILE INDEX
Michigan Ave. Streetscape CDOT NO. S-4-100
1011Construction Phase File Index
Michigan Ave. Streetscape CDOT NO. S-4-100
1020PRE-BID DOCUMENTS
Michigan Ave. Streetscape CDOT NO. S-4-100
1021Force Account Plan
Michigan Ave. Streetscape CDOT NO. S-4-100
1021.1Letter to FTA / IDOT Requesting Concurrence
Michigan Ave. Streetscape CDOT NO. S-4-100
1021.2FTA / IDOT Responses to Force Account Plan
Michigan Ave. Streetscape CDOT NO. S-4-100
1022Correspondence: Chief Procurement Officer
Michigan Ave. Streetscape CDOT NO. S-4-100
1023Design and Cost Estimates
Michigan Ave. Streetscape CDOT NO. S-4-100
1025CDOT Pre-Bid Meeting
Michigan Ave. Streetscape CDOT NO. S-4-100
1030BID DOCUMENTS
Michigan Ave. Streetscape CDOT NO. S-4-100
1031FTA / IDOT Selected Contractor Approval Letter
Michigan Ave. Streetscape CDOT NO. S-4-100
1032Certified Bid Sheet
Michigan Ave. Streetscape CDOT NO. S-4-100
1033Certified Copy of Bid Advertisement
Michigan Ave. Streetscape CDOT NO. S-4-100
1034Addenda
Michigan Ave. Streetscape CDOT NO. S-4-100
1035Contract Drawing List (Including Revised)
Michigan Ave. Streetscape CDOT NO. S-4-100
1036Contract Specifications
Michigan Ave. Streetscape CDOT NO. S-4-100
1040AWARD DOCUMENTS
Michigan Ave. Streetscape CDOT NO. S-4-100
1041Performance Bond
Michigan Ave. Streetscape CDOT NO. S-4-100
1042Conformed Contract
Michigan Ave. Streetscape CDOT NO. S-4-100
1043Notice of Award
Michigan Ave. Streetscape CDOT NO. S-4-100
1044Notice to Proceed
Michigan Ave. Streetscape CDOT NO. S-4-100
1050Job Order Contracts
Michigan Ave. Streetscape CDOT NO. S-4-100
1060CCE CONTRACT
Michigan Ave. Streetscape CDOT NO. S-4-100
1060.1RFP/RFO
Michigan Ave. Streetscape CDOT NO. S-4-100
1060.2CCE Proposals
Michigan Ave. Streetscape CDOT NO. S-4-100
1060.3Evaluations, Summary Sheets
Michigan Ave. Streetscape CDOT NO. S-4-100
1060.4Letter to Commissioner / Purchasing Agent
Michigan Ave. Streetscape CDOT NO. S-4-100
13
SECTION III: SUBMITTALS
A. GENERAL PROCEDURES
1. All submittals (shop drawings, catalog cuts, samples, mix designs and QC/QA Plans) are to be submitted to the CCE by the Contractor using the DOE Transmittal form (see Exhibit III.A). The General Contractor is responsible for reviewing and stamping each submittal prior to submitting it for review by the CCE. The CCE is responsible for receiving, logging, reviewing, distributing, and tracking all submittals.
2. The CCE is to enter the submittal on the CDOT Construction Management Website using the Procedure for Submittals guidelines.
3. The CCE is to stamp submittals using the DOE format (“No Exceptions,” “Exceptions as Noted,” “Revise and Resubmit”), see Exhibit III.B.
4. It is up to the individual CDOT Project Manager as to whether or not submittals are to be routed to them.
5. Logs of outstanding CCE reviews and Contractor submittals are to be attached to the weekly Construction Review Meeting minutes. The logs are generated from the CDOT Construction Management Website (see Exhibit III.C and III.D).
B. PROCEDURE FOR SUBMITTALS
The following guidelines are to be followed when preparing the transmittal form:
1. Submittal Number:
Each submittal must use the following numbering format:
000-00-00
The first series of numbers (000-00-00) represents the sequential numbering of a newsubmittal. The second series of numbers (000-00-00) represents a specific sheet of a shop drawing. For example, the third sheet of the fourth submittal would be indicated as 004-03-00. (Brochures, catalogue cuts and samples are always designated as "01".) The final series of numbers (000-00-00) represents the status of resubmission. For example, the fifth new submittal would be designated as 005-01-00, but if the submittal had to be resubmitted for a third time it would be designated as 005-01-03. Keep in mind that for shop drawings, the numbers pertain to each sheet of the drawings.
Example:
A 10 sheet structural steel shop drawing is submitted for review. The shop drawing is the sixth new submittal to be received on the project. The specific sheets of the submittal would be designated as follows:
006-01-00 006-02-00 006-03-00
14
006-04-00 006-05-00 006-06-00 006-07-00 006-08-00 006-09-00 006-10-00
The "00" indicates that this is a new submittal. The reviewer finds all the sheets to be acceptable except for 006-03-00 and 006-10-00 and requests that they be resubmitted. The next submittal would be designated as follows:
006-03-01 006-10-01
The "01" indicates that this is the first resubmittal. The reviewer accepts submittal 006-03-01 but rejects 006-10-01. The next resubmittal would be designated as follows:
006-10-02
The "02" indicates that this is the second resubmittal. After all the sheets were found to be acceptable, the submittal log would read as follows:
006-01-00 006-02-00 006-03-00 006-03-01 006-04-00 006-05-00 006-06-00 006-07-00 006-08-00 006-09-00 006-10-00 006-10-01 006-10-02
If the Contractor wants to indicate a separate submittal number it should be noted elsewhere on the form.
2. Project/Contractor Information:
The Contractor is to fill in the "Project Name," "Project No.," "Contractor," and "Date" information. The "Submitted By" line is to indicate the source of the submittal. If the submittal actually came from a supplier, indicate the supplier's name, check the "Supplier" box, and indicate a contact (name and phone) with the supplier.
3. Submittal Description:
a. The Contractor fills in the required information on the form. For “Submittal Number,” the Contractor will obtain this from the CCE. The CCE can change this number if necessary to maintain proper sequencing. The CCE will fill in “Action” when the submittal is returned. Use additional sheets as required.
b. The reviewer indicates an action for each listed item.
15
4. Transmittal Dates:
Indicate the "To" and "From" dates as noted.
5. Comments:
The comment section can be used by anyone in the review process. The Contractor may want to call attention to a specific problem, the CCE may want to indicate the lead time for the review, etc. Additional sheets or attachments can be used as necessary.
16
Exhibit III.A
CITY OF CHICAGO DEPARTMENT OF TRANSPORTATION DIVISION OF ENGINEERING
SUBMITTAL TRANSMITTAL
Project Name: Submitted By:
Project No.: Gen Sub Supplier
Contractor: Contact Name:
Date: Contact Phone:
DrawingNumber
SubmittalNumber Quantity Description
(Use Additional Sheets as Required) Action
Action Key:
N/E: NO EXCEPTIONS noted. Proceed with fabrication/construction.
E/N: Submittal is acceptable with the EXCEPTIONS AS NOTED. Proceed with fabrication/construction. Please submit ___ ( ) corrected copies.
R: REVISE AND RESUBMIT. Submittal returned for corrections as noted, and is considered not acceptable for fabrication/construction. Please revise and resubmit.
N/A: Submittal was not reviewed because it was considered NOT APPLICABLE or incomplete. Please review and resubmit.
Transmittal Dates:
Date submitted by Contractor: Date transmitted to Contractor: Date submitted to BOE: Date returned from BOE: Date transmitted to : Date returned from : Date transmitted to : Date returned from :
Distribution: Transmittal Sheet: Reviewed Submittal: CDOT RE CCE Master File
SUBMITTAL NO.
17
Exhibit III.A
DrawingNumber
SubmittalNumber Quantity Description
(Use Additional Sheets as Required) Action
18
Exhibit III.A
A: Comments:
Name: Organization: Date:
B: Comments:
Name: Organization: Date:
C: Comments:
Name: Organization: Date:
D: Comments:
Name: Organization: Date:
19
Exhibit III.B
BY: DATE:
Resubmit Corrected Copies: Yes No
BY: DATE:
BY: DATE:
DEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERING
CDOT NO. ( )
Consultant Name
CITY OF CHICAGO
Consultant Address
Consultant Address
DEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERING
For reasons noted. Resubmit for approval.
FOR
Consultant Address
CDOT NO. ( )
Consultant Name
After review for conformance with general design concept only.
Contractor may proceed with work but remains responsible for meeting specified performance and conditions of the Contract.
FORCITY OF CHICAGO
EXCEPTIONS AS NOTED
Contractor required to review notes and take corrective action.
NO EXCEPTIONSAfter review for conformance with general design concept only.Contractor may proceed with work but remains responsible for meeting specified performance and conditions of the Contract.
REVISE & RESUBMIT
FORCITY OF CHICAGO
DEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERING
CDOT NO. ( )
Consultant Name
20
CIT
Y O
F C
HIC
AG
OD
EPA
RTM
ENT
OF
TRA
NSP
OR
TATI
ON
DIV
ISIO
N O
F EN
GIN
EER
ING
East
Jac
kson
Driv
e B
ridge
E-4-
442
SUB
MIT
TALS
: Out
stan
ding
Rev
iew
s (S
umm
ary)
Tues
day,
Mar
ch 0
4, 2
008
Subm
ittal
N
o.:
Sour
ce C
ontr
acto
r Nam
e:So
urce
N
o.:
Des
crip
tion:
From
So
urce
:D
ays
Out
:R
evie
wer
:To
:Fr
om:
Out
:To
tal:
15-1
-0R
ausc
h C
onst
ruct
ion
015-
01-0
0
P.I.
#83
Con
duit
in T
renc
h 30
mm
Dia
. PV
C S
ch. 8
0
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-2
-0R
ausc
h C
onst
ruct
ion
015-
02-0
0
P.I.
#84
Con
duit
in T
renc
h 40
mm
Dia
. PV
C S
ch. 8
0
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-3
-0R
ausc
h C
onst
ruct
ion
015-
03-0
0
P.I.
#85
Con
duit
in T
renc
h 50
mm
Dia
. PV
C S
ch. 8
0
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-4
-0R
ausc
h C
onst
ruct
ion
015-
04-0
0
P.I.
#86
Con
duit
in T
renc
h 75
mm
Dia
. PV
C S
ch. 8
0
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-5
-0R
ausc
h C
onst
ruct
ion
015-
05-0
0
P.I.
#87
Con
duit
in T
renc
h 10
0mm
Dia
. PV
C S
ch. 8
0
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-6
-0R
ausc
h C
onst
ruct
ion
015-
06-0
0
P.I.
#88
Con
duit
Em
bedd
ed in
Stru
ctur
e 30
mm
Dia
. P...
1/
23/2
008
41
ES
I 1/
23/2
008
41
B
OE
1/
29/2
008
35
15-7
-0R
ausc
h C
onst
ruct
ion
015-
07-0
0
P.I.
#89
Con
duit
Em
bedd
ed in
Stru
ctur
e 10
0mm
Dia
. ...
1/
23/2
008
41
ES
I 1/
23/2
008
41
B
OE
1/
29/2
008
35
15-1
5-0
Rau
sch
Con
stru
ctio
n 01
5-15
-00
P
.I. #
98 A
corn
Fix
ture
1/
23/2
008
41
ES
I 1/
23/2
008
41
B
OE
1/
29/2
008
35
15-1
6-0
Rau
sch
Con
stru
ctio
n 01
5-16
-00
P
.I. #
114
Arc
hite
ctur
al P
reca
st C
oncr
ete
- Sm
all L
...
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-1
7-0
Rau
sch
Con
stru
ctio
n 01
5-17
-00
P
.I. #
115
Arc
hite
ctur
al P
reca
st C
oncr
ete
- Lar
ge L
...
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-1
8-0
Rau
sch
Con
stru
ctio
n 01
5-18
-00
P
.I. #
116
Arc
hite
ctur
al P
reca
st C
oncr
ete
- Lar
ge L
...
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
15-1
9-0
Rau
sch
Con
stru
ctio
n 01
5-19
-00
P
.I. #
131
ME
TRA
Sta
ir Li
ght
1/23
/200
8 41
E
SI
1/23
/200
8
41
BO
E
1/29
/200
8
35
Exhibit III.C
21
CIT
Y O
F C
HIC
AG
OD
EPA
RTM
ENT
OF
TRA
NSP
OR
TATI
ON
DIV
ISIO
N O
F EN
GIN
EER
ING
East
Jac
kson
Driv
e B
ridge
E-4-
442
SUB
MIT
TALS
: Out
stan
ding
Con
trac
tor (
Sum
mar
y)Tu
esda
y, M
arch
04,
200
8Su
bmitt
al
No.
:Sp
ec.
Sec.
:So
urce
Con
trac
tor N
ame:
From
So
urce
:To
Sou
rce:
Sour
ce
No.
:To
tal
Day
s:A
ctio
n:R
esub
mit?
Des
crip
tion:
Day
s O
ut:
Not
es:
1-1-
0 R
ausc
h 11
/16/
2007
12
/28/
2007
00
1-01
-00
4
2 E
/N
YE
SC
PM
Sch
edul
e
67
8-1-
0 R
ausc
h 12
/11/
2007
12
/18/
2007
00
8-01
-00
7
E
/N
YE
SS
truct
. Stl
Brid
ge B
earin
gs S
heet
C_0
7_65
3
77
8-2-
0 R
ausc
h 12
/11/
2007
12
/18/
2007
00
8-01
-00
7
E
/N
YE
SS
truct
. Stl
Brid
ge B
earin
gs S
heet
C_0
7_65
4
77
8-3-
0 R
ausc
h 12
/11/
2007
12
/18/
2007
00
8-01
-00
7
E
/N
YE
SS
truct
. Stl
Brid
ge B
earin
gs S
heet
C_0
7_65
4A
77
8-4-
0 R
ausc
h 12
/11/
2007
12
/18/
2007
00
8-01
-00
7
E
/N
YE
SS
truct
. Stl
Brid
ge B
earin
gs S
heet
C_0
7_65
5
77
17-1
-0
Rau
sch
1/30
/200
8 2/
11/2
008
1
2 R
YE
SP
rote
ctio
n of
Exi
stin
g Tr
ees
(Pay
Item
#1)
2
2 P
repa
re s
peci
fic d
etai
ls fo
r trim
min
g or
pru
ning
a...
Exhibit III.D
22
SECTION IV:CORRESPONDENCE
A. GENERAL PROCEDURES
1. With the exception of cost proposals, all Contractor letters are to be answered within five days of receipt via appropriate document (i.e. File Letter, Field Order, etc.).
2. Cost proposals, whether approved or rejected, must be responded to with a File Letter.
3. After reviewing the draft of the File Letter with the CDOT Resident Engineer, it is to be transmitted to the Construction Manager who will review the proposed correspondence with the Construction Section Chief. Comments will be returned to the CCE who will then prepare a final version of the letter.
4. The final version should be delivered to the DOE with a copy of the Contractor’s letter and a CDOT envelope addressed to the Contractor (all paper clipped together - no staples). The letter will be signed, copied and distributed in the DOE main office.
5. If the CCE feels that a File Letter should be transmitted to the Contractor right away, the Construction Manager should be notified.
6. All DOE File Letters are to be generated on the CDOT Construction Management Website. File letters are to be number coded starting at 1001.
7. With the exception of Field Orders and RFIs, the CCE is to process all correspondence to the Contractor through the DOE. Note that memoranda are only for correspondence within the DOE and are not to be used to correspond with Contractors.
8. Business letters, which are generated from the CDOT Construction Management Website, are used for correspondence with other divisions, departments, outside agencies, utilities, property owners, etc. These letters are to be printed on City letterhead and are processed through the DOE.
9. Incoming correspondence from the contractor must be entered into the CDOT Construction Management Website. Make sure to check the “Response Required” box if a reply is required with a File Letter. A log of outstanding letters is to be attached to the weekly Construction Review Meeting minutes. The log is generated from the CDOT Construction Management Website.
10. All File Letters regarding milestone completion, substantial completion and liquidated damages must be copied to M. Pakshir (Records and Estimates).
B. STANDARD FILE LETTERS
The following standard formats are to be used when preparing file letters for the following topics:
Substantial Completion Interim Substantial Completion Punch List Completion Field Orders
23
EEO Status DBE Status MBE/WBE Status Award Criteria Status Chicago Residency Requirements Meeting Minutes
EEO and DBE (or MBE/WBE and Award Criteria) status letters are to be issued by the fifteenth of each month (cc. CDOT Compliance, DPS Compliance and, if required, IDOT Compliance). Meeting minutes are to be generated for any meeting involving the Contractor. Also, note that the underscored words in the following sample letters are examples only and are intended to be project-specific, in other words, use the dates and names appropriate to your project.
1. PROJECT SUBSTANTIAL COMPLETION
REFERENCE
Substantial completion of the project.
DISPOSITION
A. No Liquidated Damages Assessed:
The substantial completion date for the project has been established as October 23, 2006.Based on the contract completion date of October 23, 2006, liquidated damages will not be assessed.
B. Liquidated Damages Assessed:
The substantial completion date for the project has been established as October 23, 2006.Based on the contract completion date of October 13, 2006, liquidated damages will be assessed at the rate of $1,285 per calendar day for 10 days. Liquidated damages totaling $12,850 will be deducted from your next pay request.
2. INTERIM SUBSTANTIAL COMPLETION
REFERENCE
Substantial completion of Phase I (Street Opening).
DISPOSITION
A. No Liquidated Damages Assessed:
The substantial completion date for Phase I (Street Opening) has been established as October 23, 2006. Based on the contract completion date of October 23, 2006, liquidated damages will not be assessed.
B. Liquidated Damages Assessed:
The substantial completion date for Phase I (Street Opening) has been established as October 23, 2006. Based on the contract completion date of October 13, 2006, liquidated damages will be assessed at the rate of $1,285 per calendar day for 10 days. Liquidated damages totaling $12,850 will be deducted from your next pay request.
24
3. PUNCH LIST COMPLETION
REFERENCE Punch List completion.
DISPOSITION
A. No Liquidated Damages Assessed:
The Punch List completion date has been established as October 23, 2006. Based on a contract completion date of October 23, 2006, liquidated damages will not be assessed.
B. Liquidated Damages Assessed:
The Punch List completion date has been established as October 23, 2006. Based on a contract completion date of October 13, 2006, liquidated damages will be assessed at the rate of $1,285 per calendar day for 10 days. Liquidated damages totaling $12,850 will be deducted from your next pay request.
4. FIELD ORDERS
REFERENCE
Field Order 22-331, dated February 10, 2006.
DISPOSITION
A copy of the referenced field order is attached. The original field order was transmitted to your Mr. Todd Fiegel on February 10, 2006.
5. EEO STATUS
REFERENCE
Equal Employment Opportunity status.
DISPOSITION
A. Goals Achieved:
A review of our records indicates that, as of February 10, 2006, the 19.6% Minority Group Employment goal and the 6.9% Female Employment goal are being met or exceeded by the General Contractor and the subcontractors.
B. Goals Deficient:
A review of our records indicates that, as of February 10, 2006, the following are not meeting the 19.6% Minority Group Employment goal:
Mondo Terrazzo: 0% National Bulletproof: 0%
25
Western Architectural: 11%
In addition, the following are not meeting the 6.9% Female Employment Goal:
AAA Plastering: 0% Divane Electric Co.: 5%
Jade Contractors: 6%
You are reminded that the General Contractor and the subcontractors are contractually obligated to make a good faith effort to achieve all EEO goals. Promptly undertake the necessary corrective actions to remedy the noted deficiencies, and formally notify this office of your efforts.
6. DBE STATUS
REFERENCE
Disadvantaged Business Enterprise status.
DISPOSITION
A. Goals Achieved:
A review of our records indicates that, as of February 10, 2006, the total monies paid to date is approximately 24% ($ 1,141,062.56) of the (revised) contract amount of $4,567,890.23 and the DBE participation is 25% ($342,591.75) of the projected DBE amount of $1,370,367.00.Based on the current DBE percentage to date your company is anticipated to meet or exceed the required 30% goal.
B. Goals Deficient:
A review of our records indicates that, as of February 10, 2006, the total monies paid to date is approximately 24% ($ 1,141,062.56) of the (revised) contract amount of $4,567,890.23 and the DBE participation is 15% ($205,555.05) of the projected DBE amount of $1,370,367.00.Be advised that failure to meet the required DBE goal will result in the assessment of damages prior to project close out.
7. MBE/WBE STATUS
REFERENCE
Minority Business Enterprise/Women Business Enterprise status.
DISPOSITION
A. Goals Achieved:
1. A review of our records indicates that, as of February 10, 2006, the total monies paid to date is approximately 24% ($1,141,062.56) of the (revised) contract amount ($4,567,890.23) and the MBE participation is 25.0% of the projected MBE amount of $771,063.45. Based on the current MBE percentage to date your company is anticipated to meet or exceed the required 16.9% goal.
26
2. A review of our records indicates that, as of February 10, 2006, the total monies paid to date is approximately 24% ($1,141,062.56) of the (revised) contract amount of $4,567,890.23 and the WBE participation is 25% ($51,388.77) of the projected MBE amount of $205,555.06. Based on the current MBE percentage to date your company is anticipated to meet or exceed the required 4.5% goal.
B. Goals Deficient:
1. A review of our records indicates that, as of February 10, 2006, the total monies paid to date is approximately 24% of the (revised) contract amount of $4,567,890.23 and the MBE participation is 5% ($38,598.67) of the projected MBE amount of $771,063.45. Based on the current MBE percentage to date your company is not anticipated to meet or exceed the required 16.9% goal.
2. A review of our records indicates that, as of February 10, 2006, the total monies paid to date is approximately 24% of the (revised) contract amount ($4,567,890.23) and the WBE participation is 5% ($10,277.75) of the projected MBE amount of $205,555.06. Based on the current MBE percentage to date your company is not anticipated to meet or exceed the required 4.5% goal.
Be advised that failure to meet the required MBE/WBE goals will result in the assessment of damages prior to project close out. Please formally advise this office of your plans for correcting the noted deficiencies.
8. AWARD CRITERIA STATUS
REFERENCE
Award Criteria status.
DISPOSITION
A. Goals Achieved:
A review of our records indicates that, as of February 10, 2006, the following Award Criteria percentages are being met or exceeded:
1. Minority Journeyworkers: 50% (50% Criteria) 2. Minority Apprentices: 55% (50% Criteria) 3. Minority Laborers: 60% (50% Criteria) 4. Female Journeyworkers: 13% (10% Criteria) 5. Female Apprentices: 10% (10% Criteria) 6. Female Laborers: 10% (10% Criteria)
27
B. Goals Deficient:
A review of our records indicates that, as of February 10, 2006, the following Award Criteria percentages are not being met:
1. Minority Journeyworkers: 20% (50% Criteria) 2. Minority Apprentices: 15% (50% Criteria) 3. Minority Laborers: 22% (50% Criteria) 4. Female Journeyworkers: 3% (10% Criteria) 5. Female Apprentices: 1% (10% Criteria) 6. Female Laborers: 0% (10% Criteria)
Be advised that failure to meet the required Award Criteria percentages will result in the assessment of damages prior to project close out. Promptly undertake the necessary corrective actions to remedy the noted deficiencies, and formally notify this office of your efforts.
9. CHICAGO RESIDENCY REQUIREMENTS
REFERENCE
Chicago Residency Requirements.
DISPOSITION
A. Goals Achieved:
A review of our records indicates that, as of December 31, 2006, the percentage of hours worked by City of Chicago residents is 51% (21,054 hours) of the 41,159 total hours worked. Based on the current percentage, your company is expected to meet or exceed the required 50% goal.
B. Goals Deficient:
A review of our records indicates that, as of December 31, 2006, the percentage of hours worked by City of Chicago residents is 10% (4,116 hours) of the 41,159 total hours worked. Based on the current percentage, your company is not expected to meet the required 50% goal.
Be advised that failure to meet the Chicago Residency Requirements will result in the assessment of damages prior to project close out. Promptly undertake the necessary corrective actions to remedy the noted deficiencies, and formally notify this office of your efforts.
28
10. MEETING MINUTES (Note: This is only for meetings other than the Construction Review Meetings. The CRM minutes are to be done through the designated section on the CDOT Construction Management Website. See Section VIII.)
REFERENCE
Meeting held on March 5, 2006, to discuss the rejection of the installed louvers (refer to attached attendance roster).
DISPOSITION
The following issues were presented and discussed:
1. CDOT stated that the as-built louver profile does not agree with the plan details. The Contractor indicated that they provided what was shown in the details but were willing to alter the louver to match the intended profile.
2. The Contractor stated that the edges of the louvers cannot be backscored, as required in the contract documents, due to the thin gauge of the material. CDOT noted that a tighter bend would be required on the edges of the louver.
The following follow-up actions will be required:
The Contractor is to submit a new louver sample with the requested profile by March 15, 2006.
11. PUNCH LIST STATUS
REFERENCE
Punch List Status.
DISPOSITION
To date, you have used 20 days of the total 30 days or 67% of your punch list time. However, you have only completed 30% of the punch list. You are reminded that you must be complete with all punch list work by December 31, 2007 or liquidated damages will be assessed at the contract rate of $1,000 per calendar day.
29
12. WARRANTY PERIOD
REFERENCE
Final Completion and Acceptance of the Work (Warranty Period).
DISPOSITION
The date of Final Completion and Acceptance of the Work has been established as March 26, 2007.In accordance with Article VII.E.1 of the Terms and Conditions for Construction (Book 1), you must warrant all work furnished under this Contract against defective material and workmanship for a period of one year after the date of Final Completion and Acceptance of Work. The warranty end date has been established as March 25, 2008.
30
SECTION V: DISTRIBUTION OF COPIES
GENERAL PROCEDURES
Distribution of copies of the various correspondence, minutes, etc. is to be as follows:
1. Construction Review Meeting Minutes:
cc: CDOT Construction Manager CDOT Project Manager
CCE File (Firm Name) All Attendees
2. CDOT File Letters:
cc: CDOT Construction Manager CDOT Project Manager
CCE File (Firm Name)
3. Field Orders:
cc: CDOT Project Manager CCE File (Firm Name)
4. Memoranda:
cc: CDOT Construction Manager CDOT Project Manager
CCE File (Firm Name) 5. Miscellaneous:
cc: CDOT Construction Manager CDOT Project Manager
CCE File (Firm Name) 6. PCMs:
cc: CPO (Original + 5) CDOT Construction Manager
CDOT Project Manager CCE File (Resident Engineer’s e-mail address)
7. RFIs:
cc: CDOT Project Manager CCE File (Firm Name)
31
SECTION VI: FIELD ORDERS
GENERAL PROCEDURES
1. The CCE will issue all Field Orders in accordance with the general procedures outlined below. No Field Orders are to be issued for change order work unless so authorized by the Chief Procurement Officer. “Emergency” work (work which would affect public safety or would adversely affect the schedule) will be verbally authorized by the Chief Procurement Officer. All verbal requests will be made by the Construction Section Chief.
2. Field Orders pertaining to safety or quality control/assurance can be issued by the CCE at any time. Non-conformance field orders should be clearly indicated by checking off the “No Cost” box at the bottom of the Field Order form.
3. Field Orders are generated from the CDOT Construction Management Website. Field Orders are to be reviewed by the CDOT RE and then signed by the CCE prior to issuing to the Contractor in the field.
4. Every two weeks, a file letter is to be issued to transmit a copy of the Field Orders to the Contractor’s main office (refer to standard file letter formats) to ensure that the Contractor’s main office is also made aware of the field changes. A single file letter may be used to transmit several field orders written within a short period of time.
5. The following provides instructions for writing a Field Order:
a. Log on to the website with your username and password. b. Under the “Modifications” heading highlight and select “Field Orders.” All previous Field
Orders should be listed on the title page of this section. c. Select the button entitled “Add New.” d. The Field Order number and date will be automatically entered for you. In the drop-down
box, below the date, select what type of Field Order this is (Contract Modification, Line Item Change, No Cost or Other).
e. Enter the “Description,” “Reason” and “Distribution.” Then check the spelling and click the “Update” button.
f. Verify that all the entered items are correct. If not, make the necessary changes and click the “Update” button.
g. If everything is correct, print the Field Order by clicking the “Print” button (see Exhibit VI.A).
32
Exhibit VI.A
33
SECTION VII: REQUEST FOR INFORMATION
GENERAL PROCEDURES
1. The Contractor may submit a Request for Information (RFI) when a question pertaining to the project arises. RFIs are to be logged into the CDOT Construction Management Website and should be answered within five days.
2. The following provides instructions for entering an RFI:
a. Log on to the website with your username and password. b. Under the “Documentation” heading highlight and select “Request For Information.” c. All previous RFIs should be listed on the title page of this section. d. Select the button entitled “Add New”. e. The RFI number, date and Contractor number will be automatically entered for you. The
Contractor number can be changed if necessary. f. Select the RFI is addressee. In general, this should be addressed to the CCE Resident
Engineer. g. Enter the “Description,” check the spelling and click the “Update” button. h. If necessary, print a copy of this RFI and distribute it to the reviewer. i. After a response is obtained, enter it into the “Response” section, fill out the “Response
Date” and check the spelling. j. Verify that the “Distribution List” is correct and if there are any additional items that will
need to be returned with the RFI, check the “Attachments” box and click the “Update” button.
k. If everything is correct, print the RFI by clicking the “Print” button (see Exhibit VII.A) and transmit it back to the Contractor.
34
REQUEST FOR INFORMATIONDEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERINGClark Street Viaduct at Roosevelt RoadE-5-417
RFI Number: 163 Contractor Number: 163 RFI Date: 4/26/2005 Contractor: FHP Tectonics Corp. To: Tom McCay, Resident Engineer Organization: Burns & McDonnell
DESCRIPTIONAt station 198+99.77 sheet C-4 indicates that the pavement width between the attenuator and the barrier wall will be no greater than 11'-0". FHP proposes to shift the edge of pavement east at this location to provide an adequate lane width. Please advise.
Response Date: 4/26/2005 Follow-Up Action Required? NORESPONSEField inspections determined that the barrier wall transition point could be shifted south to provide more clearance at the attenuator location.
Attachments? NO
cc: J. MorcosCCE File
Exhibit VII.A
35
SECTION VIII: CONSTRUCTION REVIEW MEETINGS
GENERAL PROCEDURES
1. The weekly Construction Review Meeting (CRM) is intended to be a project management tool. The meetings are meant to review the status of previously presented issues and to present important issues that affect the project. The meetings are not to be forums to solve extensive problems or to discuss every day problems.
2. The meetings are to use the DOE format as the agenda for topics of discussion.
3. Meetings commence no later than five minutes after the scheduled time.
4. The first 5 to 10 minutes are to be devoted to adjoining property owners to review any of next week’s construction activities which may affect them and to discuss any coordination problems. The property owners are to be dismissed before any other meeting items are discussed.
5. As a general rule, no individual item should be discussed at great length ( 5 minutes). Items which take longer probably need a separate meeting.
6. Meeting minutes are to be issued within two days of the meeting and distributed directly to those in attendance and the DOE Construction Manager.
7. The minutes should include the following attachments: Attendance Sheet, Contractor Two-Week Look Ahead Schedule, PCM Log, Outstanding Submittal Status Log (Contractor and CCE Review), Outstanding RFI Status Log, EEO Status Log (Man-hour Summary Report) for State/Federally funded projects or Residency Status Report if City funded, Outstanding Contractor Correspondence Log, Trainee Report (if applicable) and ADA Open Ramp Report.
8. The CRM minutes are generated from the CDOT Construction Management Website.
9. Set up the CRM minutes using the following steps:
a. Log on to the website with your username and password. b. Under the “Data Entry” heading highlight and select “Manage CRM Categories” and enter
the categories per the table in Items 10 or 11 below. c. Under the “Documentation” heading highlight and select “Construction Review Meeting.”
All previous CRM's should be listed on the title page of this section. d. Select the button entitled “Add New.” Fill in all of the text boxes and click “Update.” e. Click on the “CRM Items” tab and enter all of the standard items per the table in Items 10
or 11 as shown in example (Exhibit VIII.A). f. For the “Open Item” and “Show History” checkboxes, follow the rules below:
i. An “Open Item” is any item discussed during the meeting and should be discussed at the next meeting.
ii. When the checkbox for “Show History” is checked, all of the previous entries for that particular item will print on the current meeting minutes.
36
10. The following categories/items are to be standard in all CRM minutes for State or Federally funded projects. Category Item Description A. SCHEDULE 1 NTP/ORIGINAL COMPLETION DATE/DURATION 2 REVISED COMPLETION DATE/DURATION 3 PROJECTED COMPLETION DATE/DURATION 4 PERCENTAGE COMPLETE 5 DAYS AHEAD/BEHIND 6 PROJECTED WORK B. COST STATUS 1 BID AMOUNT 2 CONTRACT MODIFICATIONS 3 CURRENT CONTRACT VALUE (1 + 2) 4 PENDING PCMs 5 PROJECTED CHANGES 6 Runs IN PROCESS 7 WORKING ESTIMATE (3 + 4 + 5 + 6) 8 PROPOSAL STATUS 9 CONTRACT MODIFICATION STATUS 10 PROGRESS PAYMENTS C. SUBMITTALS / RFIs 1 CURRENT SUBMITTALS 2 OUTSTANDING RFIs 3 INSURANCE AND PERMITS D. EEO / TRAINEES 1 CONTRACT MINORITY GOAL 2 CONTRACT FEMALE GOAL 3 MINORITY PERCENTAGE TO DATE 4 FEMALE PERCENTAGE TO DATE 5 OUTSTANDING CERTIFIED PAYROLLS 6 OUTSTANDING UTILIZATION REPORTS 7 TRAINEES E. DBE 1 ORIGINAL/REVISED CONTRACT AMOUNT 2 CONTRACT PERCENTAGE GOAL 3 ORIGINAL/REVISED DBE AMOUNT 4 DBE AMOUNT TO DATE 5 DBE PERCENTAGE TO DATE
(ORIGINAL/REVISED) F. ADA RAMPS 1 TOTAL NUMBER OF RAMPS ON PROJECT 2 NUMBER OF RAMPS BROKEN OUT (CONDITION) 3 NUMBER OF RAMPS POURED PASSING QC 4 NUMBER OF RAMPS POURED PASSING QA 5 NUMBER OF RAMPS WHICH ARE QC OR QA DEFICIENT
6 STATUS OF REPAIRS G. SAFETY / TRAFFIC CONTROL 1 TRAFFIC CONTROL ISSUES H. OUTSTANDING ISSUES 1 Any outstanding issues will be discussed here I. MATERIAL INSPECTION 1 MATERIAL PLACEMENT NOTIFICATIONS J. PUNCH LIST 1 PUNCH LIST
37
11.The. The following categories/items are to be standard in all CRM minutes for City funded projects (see Exhibit VIII.A): Category Item Description A. SCHEDULE 1 NTP/ORIGINAL COMPLETION DATE/DURATION 2 REVISED COMPLETION DATE/DURATION 3 PROJECTED COMPLETION DATE/DURATION 4 PERCENTAGE COMPLETE 5 DAYS AHEAD/BEHIND 6 PROJECTED WORK B. COST STATUS 1 BID AMOUNT 2 CONTRACT MODIFICATIONS 3 CURRENT CONTRACT VALUE (1 + 2) 4 PENDING PCMs 5 PROJECTED CHANGES 6 Runs IN PROCESS 7 WORKING ESTIMATE (3 + 4 + 5 + 6) 8 PROPOSAL STATUS 9 CONTRACT MODIFICATION STATUS 10 PROGRESS PAYMENTS
C. SUBMITTALS / RFIs 1 CURRENT SUBMITTALS 2 OUTSTANDING RFIs 3 INSURANCE AND PERMITS D. AWARD CRITERIA / TRAINEES 1 AWARD CRITERIA PERCENTAGE GOAL 2 AWARD CRITERIA PERCENTAGE TO DATE 3 OUTSTANDING CERTIFIED PAYROLLS 4 OUTSTANDING UTILIZATION REPORTS 5 TRAINEES E.MBE/WBE/CHICAGO RESIDENCY
1 ORIGINAL/REVISED CONTRACT AMOUNT
2 CONTRACT MBE/DBE PERCENTAGE GOAL 3 ORIGINAL/REVISED MBE/WBE AMOUNT 4 MBE/WBE AMOUNT TO DATE 5 MBE/DBE PERCENTAGES TO DATE
(ORIGINAL/REVISED) F. ADA RAMPS 1 TOTAL NUMBER OF RAMPS ON PROJECT 2 NUMBER OF RAMPS BROKEN OUT (CONDITION) 3 NUMBER OF RAMPS POURED PASSING QC 4 NUMBER OF RAMPS POURED PASSING QA 5 NUMBER OF RAMPS WHICH ARE QC OR QA DEFICIENT 6 STATUS OF REPAIRS G. SAFETY / TRAFFIC CONTROL 1 TRAFFIC CONTROL ISSUES H. OUTSTANDING ISSUES 1 Any outstanding issues will be discussed here I. MATERIAL INSPECTION 1 MATERIAL PLACEMENT NOTIFICATIONS J. PUNCH LIST 1 PUNCH LIST
38
Exhibit VIII.A
39
Exhibit VIII.A
40
Exhibit VIII.A
41
Exhibit VIII.A
42
Exhibit VIII.A
43
Exhibit VIII.A
44
45
Exhibit VIII.A
46
47
48
49
50
51
52
53
Exhibit VIII.A
54
SECTION IX: CHANGE ORDERS
A. GENERAL PROCEDURES
1. No change order work is to commence unless so authorized by the Chief Procurement Officer. “Emergency” work (work which would affect public safety or would adversely affect the schedule) will be verbally authorized by the Chief Procurement Officer. All requests for verbal authorization will be made by the Construction Section Chief.
2. As soon as a change is known, the CCE is to prepare a Proposed Contract Modification(PCM). The PCM is a budgetary tool designed to allocate funds to the Project and acquire prior approval from the Department of Procurement Services to proceed with the change. The PCM is to include an Engineer’s Estimate, and an undated, unsigned Field Order (see Exhibit IX.A).
3. After reviewing a draft of the PCM with the CDOT Resident Engineer, the CCE is to transmit the draft PCM to the DOE Construction Manager who will review the proposed change with the DOE Construction Section Chief. Comments will be returned to the CCE who will then prepare a final (“pink”) version of the PCM.
4. For State and Federally funded projects, an unsigned copy of the final, approved version of the PCM and IDOT form BC 2256 (“Prior Approval Authorization of Contract Change” - see Exhibit IX.C) are to be transmitted to IDOT. If the amount of the change is under $10,000.00, it should be sent to Erica DeYoung ([email protected]). If the amount of the change is over $10,000.00, it should be sent to Mary Ellen Mack ([email protected]) and Erica DeYoung must be copied. A signed copy of this form or an unsigned copy along with a copy of the sent e-mail shall be included in the final (“pink”) version of the PCM. If the signed BC 2256 form is received from IDOT after the PCM is prepared and submitted, the form must be forwarded to Records and Estimates.
5. The original and five copies of the PCM are to be submitted to the DOE Construction Manager no later than 9:00 a.m. on Friday. The CCE is to use the standard pink paper for the original pages printed out of the CDOT Construction Management Website. All other copies are to be done on white paper.
6. On Monday mornings, all PCMs from all the DOE projects are reviewed with the Chief Procurement Officer at a “Round Table” meeting. The CCE will be notified of any rejected PCMs after the conclusion of the meeting.
7. As a general rule, the CCE may issue the signed and dated Field Order on Monday afternoons after 2:00 p.m.
8. If the PCM is accepted by the Chief Procurement Officer, an Estimated Contract Modification is processed. The Contractor may be paid up to 80% of the approved PCM once the formal modification (signed by the Comptroller and the Mayor) has been received and the work has been performed.
9. After the PCM has been approved, the CCE is responsible for tracking the final cost of the work with the contractor. The work may be performed on a time and materials basis, or the contractor may submit a proposal. If the work is performed on a time and materials basis, the CCE and the contractor must agree on the time, equipment and materials used to
55
complete the extra work. This information must be documented on an Extra Work Daily Report Form and signed by the CCE and the contractor on a daily basis. After the work is complete, the contractor must submit an invoice for the work to the CCE. The CCE shall check the invoice for accuracy and process the payment on the subsequent pay estimate.
If the contractor submits a proposal, the procedure shall be as follows:
1. The contractor must submit the proposal to the CCE and the CCE shall verify that the required back-up is attached to the proposal. If the required back-up is not attached, a file letter shall be drafted requesting the proper back-up (Exhibit IX.J).
2. If the required back-up is attached, perform a review of the proposal. Coordinate this review with the CDOT RE and the CM.
3. If the price is not acceptable, draft a file letter rejecting the price and process the letter in accordance with Section IV of this Manual.
4. If the price is acceptable, draft a file letter to accept the price (Exhibit IX.K) and forward this letter and the proposal to the CM. Once the letter is approved, the CM will forward the letter to the Project Manager for review.
5. After review by the Project Manager, the letter should be revised if necessary and processed by the CCE.
6. Once a proposal has been agreed upon, the quantities shall be tracked and paid for at the agreed upon price and paid for on subsequent pay estimates.
10. Once all invoices for the PCM have been received or all AUP work is complete, a Record of Negotiation (RON) is to be prepared and signed by the DOE Project Manager, the Contractor, and the CCE.
11. The RON is submitted to Records and Estimates where an “Adjusted Contract Modification”is prepared to balance out the difference between the original Estimated Contract Modification and the final negotiated amount. If the difference is greater than 10% (either under or over) a 10% Over/Under Memo (see Exhibit IX.E & F) must be prepared by the CCE and attached to the RON.
12. The PCM and RON forms are generated from the CDOT Construction Management Website.
B. WRITING A PCM
1. PCMs are presented by the Construction Manager to a “Round Table” on Monday mornings with representatives from the City Of Chicago’s Department of Procurement Services. To have a PCM presented, the following steps need to be followed:
a. Draft the PCM using the following steps:
i. Log onto the website with your username and password. ii. Under the “Modifications” heading highlight and select “Proposed Contract
Modification.” All previous PCMs should be listed on the title page of this section. iii. Select the button entitled “Add New.” iv. The PCM number and date will be automatically entered for you. Date the PCM for
the following Monday that the Round Table meeting will be held. Select the “Draft” check box. This will remain checked until after the review by the Construction Manager is complete.
v. Enter the “Description,” “Reason” and “Distribution,” check the spelling and click the “Update” button.
56
b. By Wednesday noon, prior to Round Table, notify the Construction Manager that your completed draft is ready for review in the CDOT Website. The Construction Manger will review it and get back to you by Thursday afternoon if there are changes to be made.
c. Once everything is correct, print the PCM by clicking the “Print” button (see Exhibit IX.B).
2. Your final PCM packet must include (See Exhibit IX.A):
a. One original containing:
i. The two sheets from the database (PCM and signature sheet) which shall be on pink paper. The pink signature sheet is to be signed by the Resident Engineer, Project Manager and Construction Manager.
ii. IDOT Prior Approval and the fax transmittal sheet (for State and Federally funded projects only.)
iii. An unsigned and undated Field Order (from the database.) iv. CCE’s cost estimate. v. Any other information pertaining to the work (e.g. field sketches, copies of the
plans, test results, etc.) vi. A copy of the Line Item Change form (for PCMs with a Net Effect)
1. Five (5) copies of the complete packet for Records and Estimates. These are to be on white paper.
2. One copy of the complete packet for each person on your cc: list (on white paper also). This should be per Item 6 in Section V.
b. Once final approval is given and all copies have been made, the complete packet must be turned in to the Construction Manager at 30 N. LaSalle by 9:00 am on Friday. This will allow enough time to get all of the proper signatures and turn in the PCM to Records and Estimates by 12:00 p.m.
c. Things to keep in mind when writing a PCM:
i. The “Description” should be a concise explanation of the scope of the change. Quantities should always be indicated. If there is more than one part to the PCM then the individual cost should be noted at the end of each item’s description.
ii. The “Reason” must concisely explain why the change is being initiated. Remember that the PCMs are being reviewed and approved by non-technical personnel, and therefore they should be written for such. Avoid using “quick” explanations such as “requested by CDOT” or “aesthetics.”
d. If the PCM, includes additions/reductions to contract line items, the following format shall be included in the “Description” section of the PCM:
NET EFFECT:
This PCM: $ 20,000.00 Affected Line Items: ($ 16,000.00) Total Net Effect: $ 4,000.00
e. A separate sheet should be attached indicating the specific breakdown of new costs and line item additions/reductions. Note that the PCM should request the total amount, not the Net Effect amount.
57
f. A white copy of the Line Item Change form is to be attached to all PCMs, which have affected line items. PCMs that are submitted without the LIC form will not be processed.
C. WRITING A RECORD OF NEGOTIATION
1. A Record of Negotiation (RON) is what is used to close out a PCM. The RON indicates the result of the proposal’s audit, e.g., “The final amount was reduced from $40,200.00 to $37,000.00 to reflect actual hours expended by the electrical subcontractor.”
2. Things to keep in mind when preparing a RON:
a. The RON should indicate the history of the change, e.g., “An Estimated Contract Modification was previously processed in the amount of $25,000.00.”
b. The RON should indicate what action (if any) the Records and Estimates section should take, e.g., “An Adjusted Contract Modification must be processed in the amount of $12,000.00.”
c. All force account spreadsheets must be checked for accuracy and initialed by the RE or they will be rejected by Records and Estimates.
3. Attach a copy of the signed Proposed Contract Modification and a copy of the audited proposal before transmitting it to the Records and Estimates section.
4. RONs are to be done in the CDOT Construction Management Website. To create a RON:
a. Log onto the website with your username and password. b. Under the “Modifications” heading highlight and select “Record of Negotiation.” All
previous RONs should be listed on the title page of this section. c. Select the button entitled “Add New.” d. The RON number and date will be automatically entered for you. e. Select the Contractor. f. Select the correct PCM number from the dropdown box. The “Description” and
“Reason” boxes will automatically update with the information from the PCM. These fields may be abbreviated if necessary.
g. Fill in the “Origination Date” and “PCM Date.” h. Fill in the “Work Commenced” and “Work Completed Date.” i. Fill in the “Proposal Amount.” This is the dollar value of the original PCM. j. If available, fill in the “Proposal Number” and date. k. Fill out the “Comments” section per Exhibit IX.G. The comment section of EACH RON
needs to have the four (4) bullet points written according to the example. l. Check the spelling and click the “Update” button. m. Print the RON on blue paper.
5. For each RON, assemble the packet in the following order (see Exhibit IX.D):(Note: Not all of the items listed below may apply to each RON.)
a. 10% Memo (only if the final amount is 10% over or 10% under the original PCM amount) b. Signed RON (done on blue paper) c. Copy of Original PCM, with ALL Signatures d. Contractor’s Proposal Letter(s) e. General Contractor’s Force Account Work Sheet f. Signed Extra Work Reports
58
g. Applicable Project Field Order(s) h. Material Invoices i. Drawings / Sketches of Extra Work Areas j. Sub-Contractor’s Proposal and Extra Work Sheets k. Certified Payrolls
6. For any RON with a 10% memo, turn in one original and three copies of the RON to Records and Estimates and one copy to the Construction Manager.
D. LINE ITEM CHANGES
1. A Line Item Change (LIC) must be processed before paying for any quantities in excess of plan quantities.
2. If a change order affects a line item, a Line Item Change must be processed increasing or decreasing the quantity of this item at the time the PCM is submitted.
3. Line Item Changes are to be done on yellow paper in landscape orientation.
4. For State and Federally funded projects, an unsigned copy of the final, approved version of the Line Item Change and IDOT form BC 2256 (“Prior Approval Authorization of Contract Change” - see Exhibit IX.C) are to be transmitted to IDOT. If the amount of the change is under $10,000.00, it should be sent to Erica DeYoung ([email protected]). If the amount of the change is over $10,000.00, it should be sent to Mary Ellen Mack ([email protected]) and Erica DeYoung must be copied. A signed copy of the BC 2256 or an unsigned copy along with a copy of the sent e-mail shall be included in the final version of the Line Item Change. If the signed BC 2256 form is received from IDOT after the LIC is prepared and submitted, the form must be forwarded to Records and Estimates.
5. Line Item Changes are generated from the CDOT Construction Management Website. The following is the procedure to create a Line Item Change:
a. Log onto the website with your username and password. b. Under the “Modifications” header highlight and select “Line Item Changes.” All previous
LICs should be listed on the title page of this section. c. Select the button entitled “Copy All Items to New Line Item Change.” d. Enter the LIC number, the LIC date, a detailed description of the “Reason(s) for
Change(s)” and a detailed description of the “Acceptance / Rejection of Contract Unit Prices” (if the change exceeds 125% of the plan quantity and 5% of the Contract value). Then select the “Update” button.
e. Verify that all the correct line item descriptions, bid quantities, units and unit prices are in the appropriate columns for the project.
f. Enter the total anticipated quantity under the heading “This LIC Quantity” in column (5). g. Click the “Update” button in the upper left corner to tabulate the new total quantity. h. Verify that the new “Total Quantity” is correct with the addition/subtraction of this LIC. i. If all the quantities are correct click the “Line Item Changes” tab in the upper left corner.
Then print the LIC by clicking the “Print Line Item Change” button and assemble the package (see Exhibit IX.H&I).
6. After all the signatures have been obtained, the original copy of the Line Item Change with the BC 2256 attached (if applicable) must be turned into Records and Estimates.
59
E. PROPOSAL / MODIFICATION LOG
1. The Proposal / Modification Log is generated from the CDOT Construction Management Website and is to be included as part of the CRM packet. This report is updated automatically and requires no user intervention.
2. On the individual PCM page, enter the PCMs CM, BC and approval numbers; amount paid for the PCM and the pay estimate number on which the PCM was paid on the line “Contract Modification.” Enter this information for any Adjusted Contract Modifications as well.
60
Exhibit IX.A
Required Copies: 6 (Original + 5 copies)1 CDOT Construction Manager1 CDOT Project Manager1 CCE copy for file9 total copies
w/copy of transmittal to IDOT ** (a)
(copy)
w/ signature page
* = Always required** = Include when applicable(a) = IDOT Prior applicable if project is State or Federally funded
IDOT Prior Authorization
Line Item Change**
Proposed Contract Modification *
Proposed Contract ModificationPackage Checklist
Field Order *(undated & unsigned)
Contractor's Audited Cost Proposal or Engineer's Estimate*
61
62
63
64
65
66
67
68
69
70
71
72
73
74
Exhibit IX.D
Required Copies: 4 (Original + 3 copies)1 CDOT Construction Manager (if 10% memo is used)1 CDOT Project Manager1 CCE copy for file6/7 total copies
* = Always required** = Include when applicable(a) = IDOT Prior applicable if project is State or Federally funded
Material Invoices**
Record of NegotiationPackage Checklist
Copies of Certified Payrolls**
(use if 10% over/under original PCM amount)Interoffice Memorandum (10% Memo) **
Record of Negotiation *
Drawings or Sketches of Extra Work Areas**
Copy of Approved PCM (with signatures, IDOT Prior Approval (a) and back-up)*
Contractor's Audited Proposal or Final Invoice w/ Backup Billing *
75
Exhibit IX.E
IINTEROFFICE MEMORANDUM
To: Barbara Lumpkin Procurement Officer
From: Mohammed Pakshir Chief Records and Estimates Engineer
Date:
Re: Project No. Project Description
Reference is made to PCM No. , Original Estimated Value $ Final Cost------------------------------------------------------------------- $ Amount requested in the Adjustment Contract Modification --- $ The difference in Cost is greater / under than the original PCM Value by-- %
The reason and justification for the cost difference is as follows:
Due to the above reasons, it is the opinion of our office that the requested supplemental amount of $ is reasonable and that a Contract Modification should be processed in the aforementioned amount.
76
77
78
79
Exhibit IX.H
Required Copies: 1 (Original)1 CDOT Project Manager1 CCE copy for file3 total copies
w/copy of transmittal to IDOT ** (a)
* = Always required** = Include when applicable(a) = IDOT Prior applicable if project is State or Federally funded
IDOT Prior Authorization
Line Item Change *
Line Item ChangePackage Checklist
Field Orders or other backup **
Contract Letter of Request **
80
81
82
83
CDOT CCE Manual - Feb 2007
84
Exhibit IX.J
85
Exhibit IX.K
86
SECTION X: PAY ESTIMATES
GENERAL PROCEDURES
1. Pay estimates must be submitted by the CCE at least monthly and are generated from the CDOT Construction Management Website.
2. The pay estimate consists of two items: A “Report of Work Completed” sheet (see Exhibit X.B) and a line item breakdown sheet (see Exhibit X.C). There is one additional form to be submitted with the first pay estimate only (see Exhibit X.A). This form is a checklist of items, which must be satisfied by the General Contractor before the first pay voucher will be released.
3. The following is a description for filling out the “Report of Work Completed” sheet:
a. Fill in all contract information at the top of the sheet.
b. In the grid under the contract information, check the box indicating that a line item sheet is attached. If any PCM work is being paid on this estimate, enter this information into the grid also. Be sure to enter the information for both the current estimate and the total to date.
c. Complete checklist items 1-3:
i. Determine whether any PCMs can be paid. If so, list them in the box as described in (b) above. If not, check the “none” box.
ii. If a Line Item Change was completed in conjunction with the Pay Estimate, check the appropriate box and attach a copy.
d. List the sub-contractors from whom partial waivers should be obtained. These waivers need to be obtained from all Contractors who worked during the pay period. The exception is the first pay estimate, which does not require any waivers.
e. Make sure that all sub-contractors have been submitted for approval by the General Contractor. In addition, check to make sure the sub-contractors have insurance make sure the General Contractor’s insurance has not expired and be sure that all permits are valid and on file.
f. List the names of the sub-contractors who have worked during the pay period but have not submitted certified payrolls.
g. Complete the self-explanatory checklist items 6-8. If the project is State or Federally funded, a copy of the Pay Estimate must be placed in the IDOT mailbox in the Records and Estimates department.
h. Sign and date the summary sheet and include both your field office telephone number and mobile phone number. This is very important so that Records and Estimates may contact you with any questions.
87
4. The pay estimate line item breakdown is generated from the CDOT Construction Management Website. The following describes the procedure for filling out the line item breakdown:
a. Log onto the website with your username and password.
b. Under the “Modifications” heading highlight and select “Pay Estimates.” All previous Pay Estimates should be listed on the title page of this section.
c. Select the button entitled “Copy All Items to New Pay Estimate.”
d. Enter the Pay Estimate number and the date. Then select the “Update” button.
e. Select the “Items” tab from the top left corner. Verify that all the correct line item descriptions, bid quantities, units and unit prices are in the appropriate columns for the project.
f. Enter the quantity for work completed since the previous pay estimate under the heading “Current Quantity” in column (5).
g. Click the “Update Totals” button in the upper left corner to tabulate the new to date quantity and pay estimate earned for this period. Make sure to click “Update Totals” prior to changing pages within the Pay Estimate or the information will not be saved.
h. If all the earned quantities to date are correct click the “Pay Estimates” tab in the upper left corner. Then print the current pay estimate by clicking the “Print Pay Estimate” button (see Exhibit X.B).
88
DEPARTMENT OF TRANSPORTATION DIVISION OF ENGINEERING
INTEROFFICE MEMORANDUM
DATE:
TO: MOHAMMED PAKSHIR - RECORDS AND ESTIMATES
FROM: - RESIDENT ENGINEER
SUBJECT: FIRST PAYMENT REQUEST
PROJECT:
The following required information are being submitted together with our attached first pay request for C.D.O.T. Project No._______ : ________________________________________.
SubmittedItem Contract Requirements
Yes No
1 Approved Schedule
2 Request for Approval of Sub-Contractors
3 Both Insurance Policies Received (OCP & Liability)
4 Field Office Equipment Provided
5 Forms: SBE-1146 & BC-255 if a Trainee Line Item exist.
* HOLD PAYMENT?
Note to Records & Estimates Engineer: Attached a copy of this report to the first pay request.
___________ Resident EngineerAttachment: Pay Estimate No. 1
Exhibit X.A
89
SHEET OF
PROJECT NO.
CONTRACT ESTIMATE NO.CONTRACT NO. FOR THE PERIOD FROM TOCONTRACTOR
ITEMOR
PCM
If contract is Lump Sum, indicate percentage completed this period on the table above.If contract is Line Items, attach separate sheet for Line Items. Line Item Sheet attached
Before submitting this estimate, please go through the following check list and attach all information as required:
1. List PCMs that are to be paid in the table above. Use a separate sheet if necessary. listed none
2. Attach separate Line Item Sheet for any Line Item changes. attached none
3. List names of Sub-Contractors and Suppliers worked during the above period from whom partial waivers are to be obtained.
SUB-CONTRACTORS & SUPPLIERS listed below none
1. 6.2. 7.3. 8.4. 9.5. 10.
4. Make sure a) General Contractor submitted subs for approval (also BC-260A for FHWA jobs). verifiedb) All subs have insurance. verifiedc) General Contractor's Insurance has not expired. verifiedd) All permits are valid and on file. verified
5. List names of Sub-Contractors worked during the above period but did not submit payrolls:
SUB-CONTRACTORS
1. 6.2. 7.3. 8.4. 9.5. 10.
6. If the job is Federally funded, submit a copy of the Pay Estimate to IDOT. submitted
7. If job is 100% physically complete, attach separate File Letter showing project completion date. attachednone
8. If final voucher, inform Contractor to submit following:
As-Builts to the Resident Engineer.Written guarantees, if any, to the Resident Engineer.Federal and State PaperworkFinal Waivers to Records and Estimates Section
Date E-mail address:
Telephone No: Mobile No:Resident Engineer
CITY OF CHICAGODEPARTMENT OF TRANSPORTATION
DIVISION OF ENGINEERING
DESCRIPTION, LOCATION, SKETCHES QUANTITY OR PERCENT
REPORT OF WORK COMPLETED
REMARKS, REFERENCES TOTALTO DATECURRENT
UNIT
Exhibit X.B
90
CITY OF CHICAGODEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERINGLoop Lighting: Washington Blvd. - Wacker to MichiganB-8-260PAY ESTIMATE: LINE ITEM BREAKDOWN
PROJECT: Loop Lighting: Washington Blvd. - Wacker to MichiganPROJECT NO.: B-8-260CONTRACT NO.: 11176SPECIFICATION NO.: 28252GENERAL CONTRACTOR: Capitol Cement Company, Inc.ESTIMATE NO.: 7ESTIMATE DATE: 11/22/2006BID AMOUNT: $7,854,669.40TO DATE AMOUNT: $7,011,571.57THIS ESTIMATE AMOUNT: $2,753,027.28% TO DATE: 89.27%% ESTIMATE AMOUNT: 35.05%
Exhibit X.C
91
PROJECT: Loop Lighting: Washington Blvd. - Wacker to MichiganPROJECT NO.: B-8-260
CONTRACT NO.: 11176SPECIFICATION NO.: 28252
GENERAL CONTRACTOR: Capitol Cement Company, Inc.ESTIMATE NO.: 7
ESTIMATE DATE: 11/22/2006
No. Description Bid Qty. Unit Current
Qty.To DateQty.
Unit Price
Bid Amount
Current Amount
To Date Amount
1 POROUS GRANULAR EMBANKMENT (LOW PH) 3130 Cubic
Yard 454.6 1532 $45.00 $140,850.00 $20,457.00 $68,940.00
2 STABILIZATION STONE 100 Cubic Yard 0 45.1 $10.00 $1,000.00 $0.00 $451.00
3 SAND CUSHION, 3-INCH 100 Cubic Yard 14.2 26 $45.00 $4,500.00 $639.00 $1,170.00
4 TRENCH BACKFILL FOR SEWER TRENCHES 60 Cubic
Yard 0 3.16 $50.00 $3,000.00 $0.00 $158.00
5 SUB-BASE GRANULAR MATERIAL, TYPE B, 6" 2230 Square
Yard 1822.6 2055 $9.00 $20,070.00 $16,403.40 $18,495.00
6HIGH EARLY STRENGTH PORTLAND CEMENT CONCRETE BASE COURSEE, 9"
50 Square Yard 48.8 48.8 $375.00 $18,750.00 $18,300.00 $18,300.00
7 BITUMINOUS MATERIALS (PRIME COAT) 1466 Gallon 1949.2 1954.2 $2.00 $2,932.00 $3,898.40 $3,908.40
8 AGGREGATE (PRIME COAT) 40 Ton 8.58 8.58 $13.00 $520.00 $111.54 $111.54
9 MIXTURE FOR CRACKS, JOINTS, AND FLANGEWAYS 2 Ton 0 0 $250.00 $500.00 $0.00 $0.00
10 LEVELING BINDER (MACHINE METHOD), SUPERPAVE N50 851 Ton 901.4 901.4 $68.00 $57,868.00 $61,295.20 $61,295.20
11 LEVELING BINDER (HAND METHOD), SUPERPAVE N50 77 Ton 73.13 246.31 $295.00 $22,715.00 $21,573.35 $72,661.45
12BITUMINOUS CONCRETE SURFACE COURSE, SUPERPAVE, MIXTURE "D", N70
1686 Ton 1565.36 1565.36 $70.00 $118,020.00 $109,575.20 $109,575.20
13 BITUMINOUS BUTT JOINT RAMPS 465 Square Yard 0 0 $4.40 $2,046.00 $0.00 $0.00
14PORTLAND CEMENT CONCRETE DRIVEWAY AND ALLEY PAVEMENTS, PAV-1 (8-INCH)
103 Square Yard 33 79.7 $99.00 $10,197.00 $3,267.00 $7,890.30
15 PORTLAND CEMENT CONCRETE SIDEWALK (5 INCH) 10 Square
Foot 0 0 $35.00 $350.00 $0.00 $0.00
16 PORTLAND CEMENT CONCRETE SIDEWALK, PAV-1 ( 5 INCH) 16347 Square
Foot 2534.8 16860.4 $16.00 $261,552.00 $40,556.80 $269,766.40
17PORTLAND CEMENT CONCRETE SIDEWAKLK TOPPING, PAV-1 (4 INCH AVERAGE)
18809 Square Foot 5737.5 15700 $16.00 $300,944.00 $91,800.00 $251,200.00
18PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH (ARCHITECTURAL FINISH)
2390 Square Foot 789 789 $17.00 $40,630.00 $13,413.00 $13,413.00
19
PORTLAND CEMENT CONCRETE SIDEWALK TOPPING, 4 INCH AVERAGE (ARCHITECTURAL FINISH)
1090 Square Foot 1293.5 1347.7 $18.00 $19,620.00 $23,283.00 $24,258.60
20 BITUMINOUS SURFACE REMOVAL (VARIABLE DEPTH) 19545 Square
Yard 17114.24 17114.24 $10.00 $195,450.00 $171,142.40 $171,142.40
21 PAVEMENT REMOVAL 569 Square Yard 20.5 607.51 $45.00 $25,605.00 $922.50 $27,337.95
22 CURB REMOVAL 1328 Linear Foot 574 995.25 $8.00 $10,624.00 $4,592.00 $7,962.00
23 COMBINATION CURB AND GUTTER REMOVAL 10 Linear
Foot 0 0 $8.00 $80.00 $0.00 $0.00
24 SIDEWALK REMOVAL 7738 Square Foot 2657.4 7824.1 $3.00 $23,214.00 $7,972.20 $23,472.30
25 METAL BOLLARD REMOVAL 18 Each 0 14 $500.00 $9,000.00 $0.00 $7,000.00
26 TREE FRAME AND GRATE REMOVAL AND SALVAGE 5 Each 0 5 $1,000.00 $5,000.00 $0.00 $5,000.00
27 RELOCATE EXISTING SURFACE PLANTERS 31 Each 6 25 $850.00 $26,350.00 $5,100.00 $21,250.00
28 VAULTED SIDEWALK REMOVAL, TYPE 1 10289 Square
Foot 688 10138.7 $23.00 $236,647.00 $15,824.00 $233,190.10
29 VAULTED SIDEWALK REMOVAL, TYPE 1A 3682 Square
Foot 0 612 $23.00 $84,686.00 $0.00 $14,076.00
Exhibit X.C
92
30 VAULTED SIDEWALK REMOVAL, TYPE 3 14145 Square
Foot 6208.1 15989.9 $12.00 $169,740.00 $74,497.20 $191,878.80
31 CLASS C PATCHES, HIGH EARLY STRENGTH, TYPE I - 9 INCH 100 Square
Yard 0 0 $375.00 $37,500.00 $0.00 $0.00
32 CLASS C PATCHES, HIGH EARLY STRENGTH, TYPE II - 9 INCH 100 Square
Yard 12.3 12.3 $375.00 $37,500.00 $4,612.50 $4,612.50
33 CLASS C PATCHES, HIGH EARLY STRENGTH, TYPE III - 9 INCH 100 Square
Yard 23.5 23.5 $375.00 $37,500.00 $8,812.50 $8,812.50
34 CLASS C PATCHES, HIGH EARLY STRENGTH, TYPE IV - 9 INCH 1770 Square
Yard 563.6 2333.6 $375.00 $663,750.00 $211,350.00 $875,100.00
35 \CONCRETE STRUCTURE REMOVAL 10 Cubic
Yard 6 15.13 $1,200.00 $12,000.00 $7,200.00 $18,156.00
36 CONCRETE FLOOR SLAB REMOVAL 10 Cubic
Yard 0 9.47 $1,500.00 $15,000.00 $0.00 $14,205.00
37 CONCRETE STRUCTURES 490 Cubic Yard 39.5 323.7 $1,425.00 $698,250.00 $56,287.50 $461,272.50
38 REINFORCED CONCRETE STRUCTURAL SLABS 90 Cubic
Yard 7.3 43.1 $2,565.00 $230,850.00 $18,724.50 $110,551.50
39 REINFORCEMENT BARS, EPOXY COATED 111400 Pound 4865 77146 $2.40 $267,360.00 $11,676.00 $185,150.40
40 WATERPROOFING MEMBRANE SYSTEM 1720 Square
Yard 1014.3 2694.3 $10.00 $17,200.00 $10,143.00 $26,943.00
41 VAULTED SIDEWALK EXPLORATORY CORES 31 Each 6 37 $500.00 $15,500.00 $3,000.00 $18,500.00
42 CONCRETE FOUNDATION, TYPE F1 240 Linear
Foot 16 202.95 $248.80 $59,712.00 $3,980.80 $50,493.96
43 CONCRETE FOUNDATION, TYPE F2 2 Each 0 0 $1,990.00 $3,980.00 $0.00 $0.00
44 STRUCTURAL STEEL/CONCRETE FOUNDATION, TYPE F3 4 Each 13 15 $2,329.00 $9,316.00 $30,277.00 $34,935.00
45 STRUCTURAL STEEL/CONCRETE FOUNDATION, TYPE F7 3 Each 2 3 $2,445.00 $7,335.00 $4,890.00 $7,335.00
46 STRUCTURAL STEEL/CONCRETE FOUNDATION, TYPE F16 16 Each 5 8 $2,324.00 $37,184.00 $11,620.00 $18,592.00
47 CONCRETE FOUNDATION, TYPE F5 1 Each 0 0 $2,703.00 $2,703.00 $0.00 $0.00
48 CONCRETE FOUNDATION, TYPE F35 2 Each 2 2 $2,714.00 $5,428.00 $5,428.00 $5,428.00
49 CONCRETE FOUNDATION, TYPE F20 5 Each 1 1 $402.00 $2,010.00 $402.00 $402.00
50 CONCRETE FOUNDATION, TYPE F23 7 Each 0 0 $699.00 $4,893.00 $0.00 $0.00
51 CONCRETE FOUNDATION, TYPE F33 1 Each 0 0 $5,806.00 $5,806.00 $0.00 $0.00
52 CONCRETE FOUNDATION, TYPE F36 2 Each 0 0 $2,119.00 $4,238.00 $0.00 $0.00
53 CONCRETE FOUNDATION, TYPE F22 8 Each 16 19 $2,756.00 $22,048.00 $44,096.00 $52,364.00
54 CONCRETE FOUNDATION, TYPE F31 1 Each 1 2 $5,160.00 $5,160.00 $5,160.00 $10,320.00
55 SEWER REMOVAL 59 Linear Foot 0 73.5 $50.00 $2,950.00 $0.00 $3,675.00
56 STORM SEWERS, DIP, CLASS 52, 4" 10 Linear
Foot 0 2 $125.00 $1,250.00 $0.00 $250.00
57 STORM SEWERS, DIP, CLASS 52, 8" 110 Linear
Foot 0 21 $150.00 $16,500.00 $0.00 $3,150.00
58 STORM SEWERS, ESVCP, 8" 60 Linear Foot 6 66 $100.00 $6,000.00 $600.00 $6,600.00
59 SEWER TELEVISING 3100 Linear Foot 0 1929 $10.00 $31,000.00 $0.00 $19,290.00
60CATCH BASINS, TYPE A, 4'-DIAMETER (INCLUDING FRAMES AND LIDS)
16 Each 0 3 $6,500.00 $104,000.00 $0.00 $19,500.00
61CATCH BASINS, TYPE C, 2'-DIAMETER WITH HALF TRAP (INCLUDING FRAMES AND LIDS)
5 Each 6 23 $7,500.00 $37,500.00 $45,000.00 $172,500.00
62 INLETS, TYPE A (INCLUDING FRAMES AND LIDS) 5 Each 0 1 $9,500.00 $47,500.00 $0.00 $9,500.00
63 CATCH BASINS TO BE ADJUSTED 42 Each 25 26 $500.00 $21,000.00 $12,500.00 $13,000.00 64 MANHOLES TO BE ADJUSTED 64 Each 53 62 $500.00 $32,000.00 $26,500.00 $31,000.00
65 CITY ELECTRIC MANHOLES TO BE ADJUSTED 42 Each 39 48 $500.00 $21,000.00 $19,500.00 $24,000.00
Exhibit X.C
93
66 INLETS TO BE ADJUSTED 1 Each 0 0 $500.00 $500.00 $0.00 $0.00 67 VALVE VAULTS TO BE ADJUSTED 70 Each 33 41 $500.00 $35,000.00 $16,500.00 $20,500.00
68 VAULT ACCESS HANDHOLES TO BE ADJUSTED 5 Each 0 0 $500.00 $2,500.00 $0.00 $0.00
69 WATER BUFFALO BOX TO BE RELOCATED 2 Each 0 0 $5,000.00 $10,000.00 $0.00 $0.00
70 WATER BUFFALO BOX TO BE ADJUSTED 15 Each 1 3 $1,500.00 $22,500.00 $1,500.00 $4,500.00
71 ADDITIONAL MASONRY 50 Vertical Feet 0 2 $250.00 $12,500.00 $0.00 $500.00
72 FRAMES, SPECIAL 30 Each 118 138 $500.00 $15,000.00 $59,000.00 $69,000.00 73 LIDS, SPECIAL 30 Each 113 133 $500.00 $15,000.00 $56,500.00 $66,500.00 74 CATCH BASINS TO BE REMOVED 14 Each 5 25 $400.00 $5,600.00 $2,000.00 $10,000.00 75 INLETS TO BE REMOVED 5 Each 0 9 $200.00 $1,000.00 $0.00 $1,800.00
76 CONCRETE CURB, TYPE B, PAV-1 2560 Linear
Foot 583.2 2680.7 $25.00 $64,000.00 $14,580.00 $67,017.50
77 CONCRETE CURB, TYPE B, ARCHITECTURAL FINISH 420 Linear
Foot 407.6 407.6 $25.00 $10,500.00 $10,190.00 $10,190.00
78 COMBINATION CONCRETE AND GUTTER, (SPECIAL) 25 Linear
Foot 0 0 $25.00 $625.00 $0.00 $0.00
79 GRANITE PAVER SALVAGE AND RESTORATION 575 Square
Foot 0 0 $75.00 $43,125.00 $0.00 $0.00
80 STEEL PLATE CURB 375 Linear Foot 218.6 218.6 $75.00 $28,125.00 $16,395.00 $16,395.00
81 ENGINEER'S FIELD OFFICE, TYPE A 8 Month 1 6.16 $5,000.00 $40,000.00 $5,000.00 $30,800.00
82 TRAFFIC CONTROL AND PROTECTION 650000 Lump
Sum 227500 650000 $1.00 $650,000.00 $227,500.00 $650,000.00
83 TEMPORARY CONCRETE BARRIER 1130 Linear
Foot 88.5 1218.5 $35.00 $39,550.00 $3,097.50 $42,647.50
84 RELOCATE TEMPORARY CONCRETE BARRIER 1040 Linear
Foot 215.3 1255.3 $20.00 $20,800.00 $4,306.00 $25,106.00
85 TEMPORARY CHAIN LINK FENCE - 6 FEET HIGH 2020 Linear
Foot 2670 9291.5 $10.00 $20,200.00 $26,700.00 $92,915.00
86 RELOCATE TEMPORARY CHAIN LINK FENCE - 6 FEET HIGH 1620 Linear
Foot 780.8 4125.8 $10.00 $16,200.00 $7,808.00 $41,258.00
87 CITY SIGN ASSEMEBLY REMOVAL AND SALVAGE 40 Each 0 27 $200.00 $8,000.00 $0.00 $5,400.00
88 REMOVE AND RE-ERECT EXISTING SIGN 29 Each 2 2.5 $400.00 $11,600.00 $800.00 $1,000.00
89 SIGN PANEL, TYPE 1 140 Square Foot 0 0 $30.00 $4,200.00 $0.00 $0.00
90 9'-8" POLE, DRILL MOUNTED 34 Each 0 0 $250.00 $8,500.00 $0.00 $0.00
91 REMOVE EXISTING SIDEWALK TREE 5 Each 0 5 $1,500.00 $7,500.00 $0.00 $7,500.00
92THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS
678 Square Foot 714 714 $5.00 $3,390.00 $3,570.00 $3,570.00
93 THERMOPLASTIC PAVEMENT MARKING - LINE 4" 1278 Linear
Foot 1104 1104 $1.00 $1,278.00 $1,104.00 $1,104.00
94 THERMOPLASTIC PAVEMENT MARKING - LINE 6" 2538 Linear
Foot 300.5 300.5 $1.50 $3,807.00 $450.75 $450.75
95 THERMOPLASTIC PAVEMENT MARKING - LINE 12" 6847 Linear
Foot 7693.3 7693.3 $1.80 $12,324.60 $13,847.94 $13,847.94
96 THERMOPLASTIC PAVEMENT MARKING - LINE 24" 776 Linear
Foot 606 606 $4.00 $3,104.00 $2,424.00 $2,424.00
97 PAVEMENT MARKING REMOVAL - LINES 395 Linear
Foot 0 3746.6 $3.00 $1,185.00 $0.00 $11,239.80
98 DEBRIS REMOVAL 200 Cubic Yard 25.6 88.7 $250.00 $50,000.00 $6,400.00 $22,175.00
99 DRILL AND GROUT DOWEL BARS 5990 Each 380 1729 $3.00 $17,970.00 $1,140.00 $5,187.00
100 REMOVE AND REINSTALL BICYCLE RACK 11 Each 0 3 $250.00 $2,750.00 $0.00 $750.00
101 BUS SHELTER RELOCATION 4700 Lump Sum 2350 2350 $1.00 $4,700.00 $2,350.00 $2,350.00
102 NEWSPAPER STAND RELOCATION 10600 Lump
Sum 7950 7950 $1.00 $10,600.00 $7,950.00 $7,950.00
103 BITUMINOUS SIDEWALK RAMPS 8 Each 2 2 $1,000.00 $8,000.00 $2,000.00 $2,000.00
104 REMOVE EXISTING STREET LIGHTING UNIT AND SALVAGE 32 Each 4 26 $297.00 $9,504.00 $1,188.00 $7,722.00
Exhibit X.C
94
105 RELOCATE EXISTING STREET LIGHTING UNIT 6 Each 5 6 $1,294.00 $7,764.00 $6,470.00 $7,764.00
106 REMOVE EXISTING STREET LIGHTING UNIT FOUNDATION 11 Each 11 11 $500.00 $5,500.00 $5,500.00 $5,500.00
107 REMOVE EXISTING LUMINAIRE AND SALVAGE 24 Each 4 24 $446.00 $10,704.00 $1,784.00 $10,704.00
108 TRENCH AND BACKFILL WITH SCREENING AND/OR SAND 5593 Linear
Foot 1376.9 5200 $30.20 $168,908.60 $41,582.38 $157,040.00
109 TRENCH AND BACKFILL WITH CONCRETE ENCASEMENT 560 Linear
Foot 209 450.3 $59.10 $33,096.00 $12,351.90 $26,612.73
110 DRILL EXISTING MANHOLE OR HANDHOLE 91 Each 9 99 $323.00 $29,393.00 $2,907.00 $31,977.00
111 CLEAN EXISTING MANHOLE OR HANDHOLE 43 Each 0 1 $350.00 $15,050.00 $0.00 $350.00
112 ELECTRICAL HANHOLE, HEAVY DUTY, 30" DIA. 2 Each 2 2 $2,415.00 $4,830.00 $4,830.00 $4,830.00
113OUTLET BOX, MALLEABLE IRON, ATTACHED TO LIGHT POLE, WEATHER PROOF
24 Each 21 21 $373.00 $8,952.00 $7,833.00 $7,833.00
114 TREE PIT RECEPTACLE BOX 40 Each 0 0 $846.00 $33,840.00 $0.00 $0.00
115 GROUND ROD, 3/4" DIA. X 12'-0" LENGTH 86 Each 21 39 $63.00 $5,418.00 $1,323.00 $2,457.00
116 PVC CONDUIT IN TRENCH 2-1/2" DIA. (SCHEDULE 80) 6528 Linear
Foot 599.2 6217.5 $4.10 $26,764.80 $2,456.72 $25,491.75
117 PVC CONDUIT IN TRENCH 3" DIA. (SCHEDULE 80) 6900 Linear
Foot 1125.5 5852.7 $4.60 $31,740.00 $5,177.30 $26,922.42
118 PVC CONDUIT IN TRENCH 4" DIA. (SCHEDULE 80) 269 Linear
Foot 32 218.3 $6.50 $1,748.50 $208.00 $1,418.95
119 GALVANIZED STEEL CONDUIT IN TRENCH 2-1/2" DIA. 653 Linear
Foot 311 479.3 $4.10 $2,677.30 $1,275.10 $1,965.13
120 GALVANIZED STEEL CONDUIT IN TRENCH 3" DIA. 1094 Linear
Foot 658 1343.5 $8.70 $9,517.80 $5,724.60 $11,688.45
121 GALVANIZED STEEL CONDUIT IN TRENCH 4" DIA. 25 Linear
Foot 0 14 $11.80 $295.00 $0.00 $165.20
122 GALVANIZED STEEL CONDUIT PUSHED 2-1/2" DIA. 65 Linear
Foot 0 0 $49.90 $3,243.50 $0.00 $0.00
123 GALVANIZED STEEL CONDUIT PUSHED 3" DIA. 110 Linear
Foot 0 0 $55.30 $6,083.00 $0.00 $0.00
124ELECTRIC CABLE IN CONDUIT, TRIPLEX 2/1C NO. 6 AND 1/C NO. 8 EP/HYPALON
18343 Linear Foot 6009 10000 $6.00 $110,058.00 $36,054.00 $60,000.00
125LUMINAIRE, SODIUM VAPOR, HORIZONTAL MOUNT, TYPE MCIII, 400 WATT
24 Each 19 22 $1,167.00 $28,008.00 $22,173.00 $25,674.00
126
HISTORIC LIGHTING UNIT W/PEDESTAL BASE, FLUTED POLE, TWIN ARMS, 23' - 0" MTG. HEIGHT
65 Each 44 65 $7,649.00 $497,185.00 $336,556.00 $497,185.00
127 CAST BRACELET FOR HANGING BASKET 6 Each 0 6 $1,065.00 $6,390.00 $0.00 $6,390.00
128 150W HPS ACORN LUMINAIRE 130 Each 88 130 $1,325.00 $172,250.00 $116,600.00 $172,250.00
129CONTROLLER, STREET LIGHTING, BASE MOUNTED, 3 PHASE, 200 AMP
5 Each 2 5 $7,347.00 $36,735.00 $14,694.00 $36,735.00
130ELECTRICAL UTILITY SERVICE CONNECTION, 200 AMPERE, 3 PHASE
5 Each 0 0 $800.00 $4,000.00 $0.00 $0.00
131ELECTRIC SERVICE CABLE CONDUIT, 1/C NO. 2, EP/HYPALON
2248 Linear Foot 2468 2468 $4.00 $8,992.00 $9,872.00 $9,872.00
132 PAINT EXISTING LIGHT/SIGNAL POLE, COMPLETE 24 Each 4 4 $1,642.00 $39,408.00 $6,568.00 $6,568.00
133PAINT EXISTING TRAFFIC SIGNAL CONTROLLER, COMPLETE
9 Each 4 4 $1,939.00 $17,451.00 $7,756.00 $7,756.00
134PAINT EXISTING STREET LIGHTING CONTROLLER, COMPLETE
4 Each 1 1 $1,939.00 $7,756.00 $1,939.00 $1,939.00
135 CONVENTIONAL MAST ARM, STEEL, 8' LENGTH 24 Each 21 21 $388.00 $9,312.00 $8,148.00 $8,148.00
136 RELOCATE EXISTING STREET LIGHTING CONTROLLER 1 Each 0 0 $3,619.00 $3,619.00 $0.00 $0.00
137 RELOCATE EXISTING TRAFFIC 4 Each 0 2 $3,025.00 $12,100.00 $0.00 $6,050.00
Exhibit X.C
95
SIGNAL CONTROLLER
138 RELOCATE EXISTING TRAFFIC SIGNAL DEVICES 6 Each 0 4 $1,696.00 $10,176.00 $0.00 $6,784.00
139 TEMPORARY TRAFFIC SIGNAL INSTALLATION 4 Each 0 6 $19,751.00 $79,004.00 $0.00 $118,506.00
140 MAINTENANCE OF EXISTING TRAFFIC SIGNAL INSTALLATION 4 Each 0 3 $7,247.00 $28,988.00 $0.00 $21,741.00
141 ELECTRIC CABLE IN CONDUIT, SIGNAL NO. 14, 19/C 100 Linear
Foot 1358 1358 $35.20 $3,520.00 $47,801.60 $47,801.60
142 MAINTAIN EXISTING LIGHTING SYSTEM 18155 Lump
Sum 1452 14704.35 $1.00 $18,155.00 $1,452.00 $14,704.35
143 VEHICLE DETECTOR LOOP 92 Linear Foot 0 0 $141.40 $13,008.80 $0.00 $0.00
144 BRONZE VEHICLE DETECTOR JUNCTION BOX 2 Each 0 0 $1,924.00 $3,848.00 $0.00 $0.00
145 ELECTRICAL MANHOLE 4 Each 0 4 $4,583.00 $18,332.00 $0.00 $18,332.00
146 PAINT AND REPAIR EXISTING HISTORIC LIGHTING UNIT 17 Each 10 10 $237.00 $4,029.00 $2,370.00 $2,370.00
147 ROD AND CLEAN EXISTING CONDUITS TO BE REUSED 485 Linear
Foot 0 0 $10.10 $4,898.50 $0.00 $0.00
148VAULT PRIVATE UTILITY RELOCATION, 212 W. WASHINGTON BLVD.
45000 Lump Sum 0 45000 $1.00 $45,000.00 $0.00 $45,000.00
149VAULT PRIVATE UTILITY RELOCATION, 208 W. WASHINGTON BLVD.
48000 Lump Sum 0 48000 $1.00 $48,000.00 $0.00 $48,000.00
150VAULT PRIVATE UTILITY RELOCATION, 205 W. WASHINGTON BLVD.
55000 Lump Sum 55000 55000 $1.00 $55,000.00 $55,000.00 $55,000.00
151VAULT PRIVATE UTILITY RELOCATION, 180 W. WASHINGTON BLVD.
52000 Lump Sum 0 0 $1.00 $52,000.00 $0.00 $0.00
152VAULT PRIVATE UTILITY RELOCATION, 175 W. WASHINGTON BLVD.
51000 Lump Sum 36000 46000 $1.00 $51,000.00 $36,000.00 $46,000.00
153VAULT PRIVATE UTILITY RELOCATION, 170 W. WASHINGTON BLVD.
49000 Lump Sum 0 44000 $1.00 $49,000.00 $0.00 $44,000.00
154VAULT PRIVATE UTILITY RELOCATION, 166 W. WASHINGTON BLVD.
50000 Lump Sum 40000 45000 $1.00 $50,000.00 $40,000.00 $45,000.00
155 REMOVAL AND DISPOSAL OF ASBESTOS 125 Square
Foot 0 0 $50.00 $6,250.00 $0.00 $0.00
156 TREE GRATE AND FRAME 40 Each 8 32 $2,500.00 $100,000.00 $20,000.00 $80,000.00
157 ENGINEERED SOIL 1740 Cubic Yard 10 190.4 $45.00 $78,300.00 $450.00 $8,568.00
158 SHREDDED HARDWOOD BARK MULCH, 3" DEPTH 100 Square
Yard 0 0 $4.00 $400.00 $0.00 $0.00
159 INSPECTION PIPE WITH FILTER FABRIC, 8" DIAMETER 160 Linear
Foot 73 73 $25.00 $4,000.00 $1,825.00 $1,825.00
160 KENTUCKY COFFEE TREE 14 Each 11 11 $750.00 $10,500.00 $8,250.00 $8,250.00 161 COMMON HACKBERRY 9 Each 8 8 $600.00 $5,400.00 $4,800.00 $4,800.00 162 PROSPECTOR ELM 6 Each 5 5 $600.00 $3,600.00 $3,000.00 $3,000.00 163 SHADEMASTER HONET LOCUST 11 Each 7 7 $600.00 $6,600.00 $4,200.00 $4,200.00 164 SURFACE PLANTER PLANTS 26 Each 0 0 $250.00 $6,500.00 $0.00 $0.00 165 HANGING BASKET PLANTS 160 Each 0 0 $150.00 $24,000.00 $0.00 $0.00
166 GRANITE PAVERS 580 Square Foot 1121.7 1121.7 $95.00 $55,100.00 $106,561.50 $106,561.50
167 HANGING METAL PLANTER BASKET 160 Each 64 130 $150.00 $24,000.00 $9,600.00 $19,500.00
168 SURFACE PLANTERS 26 Each 0 0 $2,500.00 $65,000.00 $0.00 $0.00 169 DETECTABLE WARNING TILE 63 Each 45 108 $250.00 $15,750.00 $11,250.00 $27,000.00
Exhibit X.C
96
SECTION XI: INSPECTION PROCEDURES
A. GENERAL INSPECTION NOTES
1. All inspection and monitoring should be done in accordance with and to the extent described in the following IDOT documents which can be found on IDOT’s website.
IDOT Construction Manual (http://www.dot.state.il.us/constructionmanual/manualtoc.html) Project Procedures Guide (http://www.dot.state.il.us/materials/projectproceduresguide.html)
2. The Contractor is required to submit a list of material suppliers indicating the type of material and the corresponding item/specification/drawing numbers for approval. Material suppliers are to be IDOT-approved and their respective IDOT producer numbers should be indicated on the list.
3. The Contractor is required to submit a list of all dump sites where material will be shipped. This submittal should also include a copy of the dump site’s current permit. The CCE is to collect dump tickets regularly and withhold payment if not submitted.
4. The Contractor must submit three copies of the Request for Inspection of Material (RFIM) form (Exhibit XI.A) with all backup documentation to the CCE for each material supplier. The forms are to be properly filled out and submitted to the CCE at least 14 working days prior to anticipated use. If more than one source is being used, a separate request form for each source is required. All certifications or letters of compliance and all applicable documentation are to be included. IDOT’s website contains a current list of all approved material and sources (http://www.dot.state.il.us/materials/materialslist.html).
5. The RFIM form can be found on the login page of the CDOT QC/QA website. The website address is http://www.cdotqcqa.com. Click on the dropdown menu next to “Forms.” The online version of the form will be the most current version and the correct one to use. Discard any old forms.
6. For contracts that contain QC/QA specifications (IDOT Standard Specifications for Road and Bridge Construction, January 1, 2007, Article 1030 (HMA) or Supplemental Specification and Recurring Special Provisions, January 1, 2007, Check Sheet #31 (PCC), the Contractor is required to submit, to the CCE, a copy of the IDOT approval letter for the producer’s Annual QC Plan. A copy of the approved plan and approval letter shall be submitted to CDOT QA and kept on file. The CCE should verify that the current annual plan is on file.
7. A project-specific QC Addendum, which addresses how the Contractor proposes to control production of the mix at the plant and placement of the mix in the field, must be submitted to the CCE for review and approval prior to any mix being placed on site (Exhibits XI.B, (HMA) and XI.C (PCC)). Verification of approval for any equipment or laboratories anticipated for use on the contract must be included with the addendum. A copy of the current CDOT QC Addendum form can be found on the login page of the CDOT QC/QA website. This is the most current version of the form. The Contractor shall not use the IDOT QC Addendum form. A copy of the completed, approved project-specific QC Addendum shall be retained as part of the project records.
8. The Contractor must give sufficient advance notice to permit inspection of the material at the source or at the job site for materials that are not on an IDOT-approved materials list. The Contractor must also notify the material supplier that City/State inspection is required and warn the supplier not to ship without proper inspection.
9. All sections have been written assuming the Contractor is performing QC. If the contract does not include Contractor QC, CDOT QA will set up and perform plant and field testing based on placement notifications made by the CCE on the database.
97
10. A copy of approved Requests for Inspection of Materials (RFIM) shall be sent to:
Chicago Department of Transportation 30 North LaSalle, Suite 400 Chicago, IL 60602 Attn: Rob Labrador
A transmittal letter is required to accompany the approved RFIM Forms (Exhibit XI.D). A copy of this letter can be found on the login page of the QC/QA website under “Forms.” Click on “Material Inspection Transmittal Letter.” When Hot Mix Asphalt or Portland Cement Concrete is inspected for pay items using units of measure other then tons or cubic yards, respectively the “Assignment of Hot Mix Asphalt and Portland Cement Concrete” form must be completed (Exhibit XI.E). The purpose of this document is to properly distribute the quantity listed on the inspection reports to each pay item that used that material based on the attached reports but expressed in equivalent pay item units for each item. The most current version of this form can also be found on CDOT QC/QA website under “Forms.” Click on “Assignment of HMA and PCC” to download a copy of the file.
11. An overall schematic of the processes involved in material approval, scheduling, and inspection has been compiled into a series of flow charts (Exhibit XI.F). These charts are intended to assist the CCE with understanding each aspect of the material inspection process and how they are all integrated together resulting in the final acceptance of materials on a project.
12. The units indicated on all RFIM’s must match the units of the back-up documentation. For example, if the back-up documentation (LA-15 or test) for thermoplastic pavement marking is in pounds, the quantity on the RFIM must also be in pounds. The CCE must determine if the amount of inspected material is equal to or greater than the amount of material incorporated into a project. A list of conversion factors can be found at http://www.dot.state.il.us/materials/mistic/payitemmaterial.pdf
98
B. CONCRETE (MISCELLANEOUS CONSTRUCTION)
1. APPROVAL PHASE
a. The Contractor is to submit a project-specific QC Addendum in accordance with the Contract Documents to the CCE at least 14 days prior to the anticipated start of production on the project. The proposed mix designs shall be submitted as part of the project-specific QC Addendum and shall be identified by their 71PCC…. IDOT or CDOT mix design numbers.
b. The CCE shall log in and review the submittal for completeness per Section III: Submittals of this manual. If the submittal is found to be incomplete, it should be returned to the contractor for revisions and a resubmittal. The CCE must review the mix designs that have been proposed for each pay item. CDOT QA has available at its website (http://www.cdotqcqa.com) a current list of IDOT-approved mixes for various producers and the construction applications for which they are approved.
c. If the proposed mix design is not listed on the CDOT QA website, CDOT QA will review the proposed mix design. If the mix is a special mix for a specific project, copies of the appropriate specifications shall accompany the mix design information when it is submitted to CDOT QA for review. If the mix is found to be unacceptable, it will be returned to the CCE with necessary comments. The CCE should then forward the comments to the Contractor for revisions and resubmittal.
d. If the mix designs are correct and appropriate for the respective pay items, the submittal should be approved by the CCE. The approved submittal should then be returned to the Contractor. The CCE should forward a copy of the approved submittal, including the correctly completed project specific QC Addendum to CDOT QA. Information can be e-mailed to [email protected] or faxed to (312) 669-0822. Be sure that the project number and CCE contact information accompanies the submittal.
e. If the mix designs are not acceptable or the submittal is found to be incomplete, it should be stamped accordingly with comments added and returned to the Contractor for revisions and resubmittal.
f. Once the QC Addendum is approved, only CDOT Certified suppliers listed on the CDOT QC/QA website will be allowed to provide material to the project. However, once a project location has begun to receive material from a source, that location must be completed using only material from that source (unless there is plant breakdown).
g. Additionally, proper material placement notification must be made by 3:00 p.m. the day prior to placing any material. If separate locations in a single contract are receiving material from different sources, separate material placement notifications must indicate each location and each material source. Changes in supplier after the 3:00 p.m. deadline shall be cause for non-payment and/or rejection by the CCE.
2. CONSTRUCTION PHASE
a. The CCE is responsible for completing the Material Placement Notification form on the CDOT QA website by 3:00 p.m. of the work day prior to the pour. Instructions for filling out the online placement form can be obtained from the login page of the CDOT QC/QA website (http://www.cdotqcqa.com).
b. The CCE should also verify with the Contractor that the Contractor’s QC personnel will be available at the plant and on site. Failure to have QC personnel at either the plant or the site is cause to cancel or delay the production and placement of material.
c. CDOT QA will be responsible for scheduling the required Quality Assurance testing based on the information provided by the CCE in the Material Placement Notification.
99
d. The following QC reports will be generated at the plant and in the field for concrete placements.
i. Concrete Air, Slump and Quantity Report (MI-654) (Plant) ii. Concrete Air, Slump and Quantity Report (MI-654) (Field) iii. P. C. Concrete Strength Report (MI-655)
The CCE must track all concrete pours and ensure that these reports are being submitted by QC personnel on a daily basis.
e. A copy of the QC reports should also be sent from the QC personnel to CDOT QA. These reports should be sent daily by e-mail to [email protected] or by fax to (312) 669-0822.
f. Originals of the QC reports are to be mailed (weekly) to:
Chicago Department of Transportation 30 North LaSalle, Suite 1100 Chicago, IL 60602 Attn: Cindy Williams
g. CDOT QA test results will be posted directly to the CDOT QC/QA website and will be available for the CCE to review.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Truck Delivery Tickets (Exhibit XI.G).
i. The CCE inspector should collect each truck ticket prior to material placement. Verify that the proper mix has been delivered. If concrete is being delivered by a company other than the one producing the mix, the concrete delivery tickets should be provided by the producer of the material, not the transporter. Note the batch time that is stamped on the ticket and ensure that the concrete is discharged within the time allowed by the specifications.
ii. Record the CCE inspector’s initials, the actual location of the pour, concrete temperature, air/slump test results, time of discharge, quantity of water added, drum revolutions, and test cylinder identification (if taken) in a hardbound field book. Concrete temperature, air/slump test results, and cylinder information are to be obtained from the Contractor’s QC personnel and the CDOT QA personnel performing on-site testing. The materials testing personnel will advise the CCE if the materials tested on site are within specification requirements. It is the responsibility of the Contractor’s QC Manager to reject materials that do not meet specifications. The reason for rejection must be noted on the ticket.
iii. The CCE inspector is to bind the individual tickets together with an adding machine tape attached to them identified with the date, contract number, location or element of the pour, pay item associated with the pour, and the total quantity delivered. The tape should be initialed by the persons measuring, calculating, and checking the calculations. The delivered quantity should be entered in the Quantity Book and the tickets filed under 2902.0, Concrete.
100
b. Measurements and Volume Calculations of the Completed Work.
i. These are to be entered into a hardbound field book or attached to the Inspector’s Daily Report (IDR), entered and cross-referenced in the Quantity Book as progress documentation to substantiate payment. Actual volume of material used should be compared to the theoretical volume and expressed as a percentage (yield) of the theoretical volume. Yield checks are to be done on a daily basis.
ii. Clearly identify the specific locations of thickness determinations (depth checks) taken at IDOT-specified intervals for the particular item being constructed. The thickness determinations made during the course of the work must be recorded either on the IDR form or in a hardbound field book. Location of thickness determinations must be identified in the Field Book.
c. Testing Reports to be Maintained:
i. File 2902.2, Batch Plant Reports, Concrete Air, Slump and Quantity Report (MI-654) from the plant.
ii. File 2902.3, Field Testing Reports (Slump / Air), Concrete Air, Slump and Quantity Report (MI-654) from the site. Maintain a log of test results with the corresponding backup reports.
iii. File 2902.4, Test Cylinder Reports, P.C. Concrete Strength Report (MI-655). Maintain a log of test results with the corresponding backup reports.
101
C. CONCRETE (SUPERSTRUCTURE)
1. APPROVAL PHASE
For general procedure, see CONCRETE (MISCELLANEOUS CONSTRUCTION).
2. CONSTRUCTION PHASE
a. For general procedure, see CONCRETE (MISCELLANEOUS CONSTRUCTION).
b. Material testing requirements for superstructure concrete are more stringent than for other types of concrete work:
i. Air content tests must be taken in the field from every load delivered to the site.
ii. If a pump or conveyor is used for placement of the mix, additional air tests must be taken at the discharge end. These are to be correlated with the results of the tests taken at the ready-mix truck discharge to determine the percentage of air entrainment lost in the placement process. Appropriate adjustments can be made to the amount of air entraining agent added to the mix to compensate for this loss. The following schedule is to be used:
1. The first three loads of the day should be correlated.
2. If the pump is relocated, the first three loads after repositioning must be correlated.
3. If the angle of the pump arm changes by more than 45 degrees, the next three loads must be correlated.
4. Correlations must be done for each pump being used on the project.
5. Slump tests must be taken every 50 CY (every load for microsilica and latex overlay mixes).
iii. The QC personnel assigned to the plant will communicate the allowable quantity of water that may be added at the jobsite without exceeding the designed water / cement ratio for the mix. If a superplasticizer is used, no water may be added after the addition of the superplasticizer. This information will normally be sent with the first load delivered to the site or anytime an adjustment to the mix has been made at the plant. If it is not sent, it is the responsibility of the CCE to contact the material testing personnel by phone or radio to obtain this information.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Minutes of pre-pour meeting held with Contractor prior to the pour.
b. Hardbound field book with the following information:
i. Record of measurements from the “dry run” taken at fillet points from the bottom of roller (or screed) of the finishing machine to the surface of the deck forming material. Note any adjustments made to the form surface to achieve required thickness.
102
ii. Record of physical depth checks taken with a probe during the deck pour. Ideally, these should be at locations corresponding to the “dry run” measurements previously taken.
iii. Record of air and slump tests, concrete temperatures, ready-mix truck drum revolutions, batching time stamps, truck arrival and discharge times. The CCE is to obtain air/slump, concrete temperature, and cylinder information from QC.
iv. Record of all Contractor personnel, equipment, and all other pertinent information.
c. Truck Delivery Tickets: For Requirements see: CONCRETE (MISCELLANEOUS CONSTRUCTION).
d. Measurements and Volume Calculations of the Completed Work: For Requirements see: CONCRETE (MISCELLANEOUS CONSTRUCTION).
e. Testing Reports to be Maintained: For Requirements see: CONCRETE (MISCELLANEOUS CONSTRUCTION).
103
D. REINFORCING STEEL
1. APPROVAL PHASE
a. Reinforcing bars must be supplied by an Illinois Department of Transportation Certified Producer whether they are epoxy-coated or not.
b. Epoxy-coated reinforcing bars will be inspected at the source where a state inspector is available (IDOT approved list).
c. The Contractor shall submit a list of proposed materials suppliers to the CCE no less than 14 days prior to anticipated use so that appropriate testing procedures and reports can be determined. If the proposed material suppliers are not acceptable the CCE shall return the submittal to the Contractor for revision and resubmittal.
d. If the material suppliers are acceptable, the CCE shall mark the submittal as “No Exceptions” and return a copy to the Contractor.
e. On State or Federal projects for which reinforcing bar splicers are used, and the project quantity is greater than 100, a sample of the bars must be given to IDOT for testing and approval. This requirement can be found in the Material Inspection Manual on the IDOT website.
2. CONSTRUCTION PHASE
a. The Contractor shall submit three completed copies of the RFIM form along with the appropriate material inspection and delivery tickets. The CCE will verify delivery tickets with tags on the rebar bundles.
b. The CCE shall approve the RFIM form and assign a T-number. The CCE shall then forward one copy of the RFIM with the appropriate T-number to the Contractor. Additionally, the CCE shall submit one copy of the RFIM with assigned T-numbers to CDOT QA for further processing.
c. Bar placement will be verified per the approved shop drawings or contract plans.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Truck delivery tickets (bar lists). Individual tickets are to be reconciled with RFIMs and its associated T-number.
b. Weight calculations based on Bill of Materials and actual placement.
c. Copies of approved RFIM.
d. Testing Reports to be Maintained:
File 2902.5, Rebar Mill Certification Mill certifications, epoxy coating mil thickness reports, reports submitted from reinforcing steel producer, LA-15s.
104
E. STRUCTURAL & ARCHITECTURAL STEEL
1. APPROVAL PHASE
a. The Contractor is to submit six copies of shop drawings for review and approval by the CCE at least 30 days prior to the start of production. The submittal packet should also contain the shop / field welding procedures, shop painting procedures, and AISC certifications.
b. The CCE shall log in and review the submittal for completeness per Section III: Submittals of this manual. If the submittal is found to be incomplete, it should be returned to the Contractor for revisions and a resubmittal.
c. If the submittal is complete, the CCE must review the weld procedures and shop drawings. A copy of the proposed weld procedures (shop and/or field) should be forwarded to CDOT QA for review. They can be e-mailed to [email protected] or faxed to (312) 669-0822. Be sure that the project number and CCE contact information accompanies the submittal. CDOT QA will recommend to the CCE approval or revision and resubmittal by the Contractor.
d. The shop drawings should be reviewed and stamped accordingly with comments. If the shop drawings are incomplete or incorrect, they should be returned to the Contractor with comments for revisions and resubmittal.
e. Once the shop drawings and weld procedures are reviewed and stamped “No Exceptions”, the CCE should forward two copies to CDOT QA for use during fabrication inspection. The approved shop drawings should be mailed or delivered to:
CDOT QA30 North LaSalle, Suite 400 Chicago, IL 60602 Attn: Robert Labrador
f. A Pre-Fabrication meeting with the CCE, Contractor, Fabricator and CDOT QA must be held at least 21 days prior to the start of fabrication so that QA inspection can be scheduled.
2. CONSTRUCTION PHASE
a. The CCE will submit the “Material Placement Notification” requesting inspection of the steel fabrication and notify CDOT QA of the anticipated fabrication date. This will be done at least 21 days in advance of the start of fabrication. CDOT QA will schedule fabrication inspection.
b. During fabrication, documents will be generated by the fabricator and reviewed by CDOT’s QA inspector. These documents are: Welder Qualifications, Mill Test Reports, Paint Product / Galvanizing Certifications, Non-Destructive Evaluation Reports, Paint Shop Reports, and the completed RFIM, which will accompany the shipping tickets. CDOT QA will ensure that the CCE receives a copy of these reports.
c. If field welding inspection is required, the CCE must also submit the Material Placement Notification seven days prior to commencement of operations.
d. The CCE is responsible for the field bolting procedures and testing.
105
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Quality Assurance Manual from the Fabricator and/or Painter.
b. Shipping Tickets.
c. Copies of approved RFIMs
d. Testing Reports
i. File 2903.1, Mill Certificates
ii. File 2903.2, Welders Certifications
iii. File 2903.3, Testing Laboratory Reports (Shop)
iv. File 2903.4, Weld Inspection Reports (Field)
v. File 2903.6, Field Bolting Test Reports
106
F. CLEANING AND PAINTING STEEL BRIDGES
1. APPROVAL PHASE
a. The Contractor is to obtain all necessary permits in addition to those normally required to perform the work, such as:
i. Sandblasting
ii. Coast Guard
iii. Hazardous Waste Generator
iv. Federal and State EPA
b. The Contractor is to provide all required submittals including:
i. Soil, water, and air monitoring plan
ii. Lead containment and disposal plan
iii. Waste analysis
iv. Hazardous waste contingency plan
v. Product data and color chips
vi. Painting procedures and certifications
c. The CCE is to review these per Section III: Submittals of this manual.
d. The Contractor must submit three completed copies of the RFIM form for the paint material. The CCE should review and approve this form.
2. CONSTRUCTION PHASE
a. All field inspection will be performed by the CCE.
b. Paint inspector’s reports must be filled out daily.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Soil, air, and water monitoring reports (Exhibit XI.H).
b. Employee and inspector personal exposure measurement reports (Exhibit XI.I).
c. Hazardous waste disposal manifests (Exhibit XI.J).
d. Waste analyses or test results.
e. Annual and biennial IEPA and USEPA reports.
f. Copies of approved RFIMs.
107
g. Paint IDR (Exhibit XI.K).
h. Paint Film Thickness Measurement Report (Exhibit XI.L).
i. Paint Inspection Progress Report (Exhibit XI.M).
108
G. HOT MIX ASPHALT
1. APPROVAL PHASE
a. The Contractor is to submit a project-specific QC Addendum in accordance with Contract Documents to the CCE at least 14 days prior to the anticipated start of production on the project. The proposed mix designs shall be submitted as part of the project-specific QC Addendum and shall be identified by their 81BIT…. (IDOT) or 88BIT… (CDOT) mix design numbers.
b. The CCE shall log in and review the submittal for completeness per Section III: Submittals of this manual. If the submittal is found to be incomplete, it should be returned to the contractor for revisions and resubmittal. The CCE must review the mix designs that have been proposed for each pay item. CDOT QA has available at its website (http://www.cdotqcqa.com) a current list of IDOT-approved mixes for various producers.
c. If the proposed mix design is not listed on the CDOT QA website, CDOT QA will review the proposed mix design. If the mix is a special mix for a specific project, copies of the appropriate specifications shall accompany the mix design information when it is submitted to CDOT QA for review. If the mix is found to be unacceptable, it will be returned to the CCE with necessary comments. The CCE shall then forward the comments to the Contractor for revisions and a resubmittal.
d. If the mix designs are correct and appropriate for the respective pay items, the submittal should be stamped “No Exceptions” by the CCE. The approved submittal should then be returned to the Contractor. The CCE should forward a copy of the approved submittal, including the correctly completed project specific QC Addendum to CDOT QA. Information can be e-mailed to [email protected] or faxed to (312) 669-0822. Be sure that the project number and CCE contact information accompanies the submittal.
e. If the mix designs are not acceptable or the submittal is found to be incomplete, it should be stamped accordingly with comments added and returned to the Contractor for revisions and resubmittal.
f. Once the QC Addendum is approved, only CDOT Certified suppliers listed on the CDOT QC/QA website will be allowed to provide material to the project. However, once a project location has begun to receive material from a source, that location must be completed using only material from that source (unless there is plant breakdown).
g. Additionally, proper material placement notification must be made by 3:00 p.m. the day prior to placing any material. If separate locations in a single contract are receiving material from different sources, separate material placement notifications must indicate each location and each material source. Changes in supplier after the 3:00 p.m. deadline shall be cause for non-payment and/or rejection by the CCE.
2. CONSTRUCTION PHASE
a. The CCE is responsible for completing the Material Placement Notification form on the CDOT QA website by 3:00 p.m. of the day prior to placement. This notification is required even if the contract requires Contractor Quality Control (QC). Instructions for filling out the online placement form can be obtained from the login page of the CDOT QC/QA website (http://www.cdotqcqa.com).
109
b. The CCE shall also verify with the Contractor that the Contractor’s QC personnel will be at the plant and on site to control mixture production and placement. Failure to have QC personnel at either the plant or the site is cause to cancel or delay the production and placement of material.
c. CDOT QA will be responsible for scheduling the required Quality Assurance testing.
d. The following QC reports will be generated at the plant and in the field for asphalt placements.
i. Bituminous Mixture Daily Plant Output (MI-305)
ii. Extraction/Marshall Ignition Oven/Gyratory Test (MI-308)
iii. Bituminous Core Density Testing (MI303C). and/or
iv. Nuclear Density Report (Field) (MI303N)
The CCE must ensure that he receives a copy of these reports from QC personnel on a daily basis. Independent Truck Weight Checks will be performed by CDOT personnel.
e. A copy of the QC reports should also be sent from the QC personnel to CDOT QA. These reports should be sent daily by e-mail to [email protected] or by fax to (312) 669-0822.
f. Originals of the QC reports are to be mailed (weekly) to:
Chicago Department of Transportation 30 North LaSalle, Suite 1100 Chicago, IL 60602 Attn: Cindy Williams
g. CDOT QA test results will be posted directly to the CDOT QC/QA website and will be available for the CCE to review.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Truck Delivery Tickets (Exhibit XI.N)
i. The CCE inspector should collect each truck ticket prior to material placement. Verify that the proper mix has been delivered.
ii. Record all pertinent data in a field book or on the delivery ticket. This shall include the inspector’s initials, the actual location of material placement, and mixture temperature checks. The materials testing personnel will advise the CCE if the materials tested on site are within specification requirements. It is the responsibility of the Contractor’s QC Manager to reject materials that do not meet specifications. The reason for rejection must be noted on the ticket.
iii. The CCE inspector is to bind the individual tickets together with an adding machine tape attached to them identified with the date, contract number, placement location, associated pay item, and the total quantity delivered. The tape should be initialed by the persons measuring, calculating and checking the calculations. The delivered
110
quantity should be entered in the Quantity Book and the tickets filed under 2905.0, Asphalt.
b. Current Illinois Department of Agriculture (DOA) scale decal information must be noted in the Quantity Book.
c. Measurements and Volume Calculations of the Completed Work
i. These are to be entered into a hardbound field book or attached to the Inspector’s Daily Report (IDR), entered and cross-referenced in the Quantity Book as progress documentation to substantiate payment. Actual quantity of material used should be compared to the theoretical quantity and expressed as a percentage (yield) of the theoretical amount. Yield checks are to be done on a daily basis.
The theoretical final quantity should be calculated. Maximum payment is not to exceed 103% on items paid by tonnage.
ii. Clearly identify the specific locations of thickness determinations (depth checks) taken at IDOT-specified intervals for the particular item being constructed. The thickness determinations made during the course of the work must either be recorded on the IDR form or in a hardbound field book. Location of thickness determinations must be identified in the Field Book.
iii. Bituminous Prime Material
1. Copy of ticket with volume established by weight ticket and calculations or volume tickets from a DOA-approved meter (not truck delivery meter) multiplied by temperature correction. If payment is by weight, scale decal information must be noted in the Quantity Book.
2. Provide calculation of final theoretical volume. Maximum payment must not exceed 105%.
d. Testing Reports to be Maintained:
i. File 2905.2, Batch Plant Reports Plant reports: Bituminous Mixture Daily Plant Output (MI-305), Extraction/Marshall Ignition Oven/Gyratory Test (MI-308) and Independent Truck Weight Check (BC2367)
ii. File 2905.3, Compaction / Roller Reports Maintain records of Bituminous Core Density Testing (Field) (MI303C) and/orNuclear Density Report (Field) (MI303N).
111
H. CAISSONS
1. APPROVAL PHASE
a. The Contractor is to submit the following items to the CCE for review and approval per Section III: Submittals of this manual:
i. Caisson installation procedure (CCE to forward a copy to O.E. Chaves, CDOT)
ii. Product data for temporary casings and permanent liners (CCE to review and approve)
iii. Reinforcing steel material certifications (CCE to process as stated in REINFORCING STEEL procedure)
iv. Concrete mix design (CCE to process as stated in CONCRETE (MISCELLANEOUS CONSTRUCTION) procedure)
b. The CCE shall forward the caisson installation procedure to the Division of Engineering, for concurrence. The contact person is:
Oswaldo E. Chaves CDOT 312-744-0647
2. CONSTRUCTION PHASE
a. Arrangements for a material inspector to perform testing of concrete should be made as stated in CONCRETE (MISCELLANEOUS CONSTRUCTION).
b. The CCE is responsible for inspection of the caisson excavation. Notify the CDOT Soils Engineer at least 24 hours prior to excavation so that a site trip may be planned.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Truck Delivery Tickets:
i. Concrete delivery tickets as stated in procedures for CONCRETE (MISCELLANEOUS CONSTRUCTION).
ii. Reinforcing steel bar lists as stated in procedures for REINFORCING STEEL.
b. Measurements and Calculations:
i. Concrete yield calculations based on actual usage vs. theoretical volume as stated in procedures for CONCRETE (MISCELLANEOUS CONSTRUCTION).
ii. Reinforcing steel weight calculations based on Bill of Materials and actual placement as stated in procedures for REINFORCING STEEL.
112
iii. Field measurements documenting top and bottom elevations of caisson, temporary casing and / or permanent liner are to be recorded in a hardbound field book. Record all pertinent data (personnel, equipment, weather, progress, etc.) in this book.
c. Copies of approved RFIMs.
d. Testing Reports to be Maintained:
i. File 2902.2, Batch Plant Reports Concrete Air, Slump and Quantity Report (MI-654) from the plant.
ii. File 2902.3, Field Testing Reports (Slump / Air) Concrete Air, Slump and Quantity Report (MI-654) from the site. Maintain a log of test results with the corresponding backup reports.
iii. File 2902.4, Test Cylinder Reports P. C. Concrete Strength Report (MI-655) Maintain a log of test results with the corresponding backup reports.
iv. File 2906.2, Caisson Test Reports Reports received from Soils Engineer.
v. File 2902.5, Rebar Mill Certification Mill certifications, epoxy coating mil thickness (if any)Maintain reports from reinforcing steel producer and coating applicator.
113
I. BACKFILL AND GRANULAR MATERIALS
1. APPROVAL PHASE
a. The Contractor is to submit an IDOT or CDOT approved aggregate source in accordance with the Contract Documents to the CCE at least 14 days prior to the anticipated use on the project. The submittal must clearly indicate whether proctor information is available or if proctor tests need to be performed. If proctors must be performed, CDOT QA should be notified at least seven days in advance of any density testing so that proctor values can be determined. CDOT QA will determine type, number, and quantity of samples and how these samples will be obtained. Copies of the proctor results will be posted at the QC/QA website.
b. The CCE shall log in and review the submittal for completeness per Section III: Submittals of this manual. If the submittal is found to be incomplete, it should be returned to the Contractor for revisions and a resubmittal.
c. The CCE must review the material that has been proposed for each pay item. Information on IDOT-approved aggregate sources can be found at their website (http://www.dot.state.il.us/materials/materialslist.html). If the submittal is found to be acceptable and appropriate, the CCE should stamp the submittal “No Exceptions.” The approved submittal should then be returned to the Contractor. The CCE should also submit a copy of the approved submittal to CDOT QA.
d. If the submittal is not acceptable, it should be stamped accordingly with comments added and returned to the contractor for revisions and a resubmittal.
e. If the Contractor intends to utilize jobsite excavated material as suitable backfill, he must submit a completed RFIM form for approval. The CCE shall submit a Material Placement Notification form to CDOT QA for testing of the material and determination of proctor values. This request must be made at least 14 days prior to the anticipated use so that proper testing can be performed.
f. If the Contractor wishes to change the source of supply during the construction of the project, a new submittal must be turned in to the CCE 14 calendar days prior to the change being effective.
2. CONSTRUCTION PHASE
a. The CCE is responsible for completing the Material Placement Notification form on the CDOT QA website by 3:00 p.m. of the day prior indicating the need for density testing. Requests for compaction testing should not be made simultaneously with the request for concrete or asphalt testing. Doing this may delay material placement while compaction testing is being done. Instructions for filling out the online placement form can be obtained from the login page of the CDOT QC/QA website (http://www.cdotqcqa.com).
b. CDOT QA will be responsible for scheduling any required testing.
c. The CCE is responsible for subgrade and footing bearing soil inspection.
d. QA test results (MI-701n Soil Density, MI-504 Aggregate Gradation) will be posted directly to the CDOT QC/QA website and will be available for the CCE to review.
114
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Truck Delivery tickets for material delivered to the job site.
i. Collect all tickets for material delivered to the job site.
ii. Record the inspector’s initials and the actual location of material placement on the delivery ticket.
iii. The individual tickets should be bound together with an adding machine tape attached to them identified with the date, contract number, pay item, location where placed, and total tonnage delivered. If Type A aggregate is used and the item is paid by tonnage, the quantity delivered must be adjusted for moisture content in excess of 6%. The tape should be initialed by the persons measuring, calculating, and checking the calculations. The delivered quantity should be entered in the Quantity Book and the bound tickets filed under 2904.4, Stone Delivery Tickets.
iv. The theoretical final quantity should be calculated. Maximum payment is not to exceed 108% of this final quantity on items paid by tonnage.
b. Hardbound field books or IDRs should be used to document field measurements and depth checks (where applicable). Hardbound field books are required for before and after cross-sections necessary for the calculation of embankments.
c. Copies of approved RFIMs.
d. Testing Reports to be Maintained:
i. File 2904.1, Existing Soil Analysis Reports
ii. File 2904.2, Backfill Analysis Reports
iii. File 2904.3, Soils Compaction Reports
iv. File 2904.5, Aggregate Compaction Reports
v. File 2904.6, Proctor Reports
115
J. MISCELLANEOUS MATERIALS
GENERAL NOTES
Miscellaneous Materials include, but are not limited to: sewer and water pipe, electrical items, sealers, curing compounds, etc.
1. APPROVAL PHASE
a. The Contractor must submit for approval all required catalog cuts and specifications for all materials to be incorporated into the project.
b. IDOT-approved materials and suppliers are to be used whenever available and are required on State and Federally funded projects. IDOT maintains a Current Approved Materials List (materials produced under IDOT’s certification program) at their website (http://www.dot.state.il.us/materials/materialslist.html).
c. Additional producers can be found on IDOT’s MISTIC Producer’s List, also found on their website (http://www.dot.state.il.us/materials/guidesmanuals.html).
d. Items for which there are no IDOT-approved sources (such as park benches) are to be reviewed and approved based on the plan specification requirements and the catalog cuts submitted by the Contractor.
e. The CCE will log in and review the submittal per Section III: Submittals of this manual. The CCE should also forward a copy of the submittal to Bureau of Electricity (BOE) or Department of Water Management (DOWM), if applicable, for their review.
f. Once the submittal is approved by the CCE (and BOE or DOWM, if applicable), a copy of the approved submittal should be returned to the Contractor (with copies of the approved catalog cuts, if applicable).
2. CONSTRUCTION PHASE
a. As materials are brought on site, the Contractor should submit three copies of a completed RFIM to cover the quantity of material being delivered on site. The CCE should verify that the materials are the same as those approved during the submittal phase.
b. A copy of the Current Approved Materials List and shipping tickets should accompany the RFIM for materials that fall under the IDOT certification program. Visual inspection of the delivered material should be made by the CCE to assure no damage has been done to the material in transit.
c. Material inspection reports (LA-15s, manufacturer’s certifications, bills of lading, etc.) required by the Project Procedures Guide for materials not under IDOT’s certification program, should accompany the completed RFIM for these materials. Copies of approved submittals, catalog cuts, etc. must also be attached.
d. RFIMs submitted for materials approved from catalog cuts should be reviewed by the CCE for verification that the proper materials have been delivered.
e. If the proper accompanying documentation has been submitted and visual inspection of the delivered material is acceptable, the CCE shall assign a T-Number and forward the RFIM to CDOT QA for acceptance. CDOT QA will forward the accepted RFIM to the CCE for distribution.
116
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Shipping tickets are to be retained in the files and entered in the Quantity Book. b. Copies of approved RFIMs and accompanying documentation.
4. CONTACT INFORMATION
Bureau of Electricity Mohammed Rasheed 2451 S. Ashland Ave Chicago, IL 60608 312-746-4656 or 312-746-4636
Department of Water Management: Water Section Rolando Villalon 1000 E. Ohio St Chicago, IL 60611 312-744-8199
Department of Water Management: Sewer Section Sid Osakada 1000 E. Ohio St Chicago, IL 60611 312-744-0344
117
K. LANDSCAPING
GENERAL NOTES
Landscaping Materials include, but are not limited to, trees, topsoil, planting materials, irrigation systems, sod, etc.
1. APPROVAL PHASE
a. Trees
i. The Contractor is to submit three completed Request for Inspection of Nursery Trees (RFINT) (Exhibit XI.O) forms with applicable submittal packages to the CCE for review. This form is different from the standard RFIM form and the most current version can be found on the login page of the CDOT QC/QA website. The website address is http://www.cdotqcqa.com.
ii. The CCE shall log in RFINT and review it for completeness. If the RFINT is found to be incomplete, it should be returned to the Contractor for revisions.
iii. If the document is complete, the CCE must then forward the forms to CDOT/Division of Project Development. The RFINTs must be submitted at least seven weeks prior to the expected date of installation.
iv. CDOT will inspect all trees at the nurseries prior to being delivered on site. Trees not installed within the scheduled planting season will require re-inspection next season.
v. Trees must be certified by the nursery, not the landscaping contractor. All tree nurseries must be certified by their respective State’s Department of Agriculture.
vi. The RFINT will be signed by the CDOT Senior City Forester when the trees are accepted. The CCE should then assign a T-number to the RFINT and return it to the Contractor. CCE retains one copy for the project file and forwards two T-number-assigned RFINTs and submittal packages to CDOT QA.
vii. No trees can be delivered without the CDOT seal (CDOT metal tag with identification number).
b. Plants
i. The Contractor is to submit three completed Request for Inspection of Plant Material (RFIPM) (Exhibit XI.P) forms with applicable submittal packages to the CCE for review. This form is different from the standard RFIM form and the most current version can be found on the login page of the CDOT QC/QA website. The website address is http://www.cdotqcqa.com.
ii. The CCE shall log in RFIPM and review it for completeness. If the RFIPM is found to be incomplete, it should be returned to the Contractor for revisions.
iii. If the document is complete, the CCE must then forward the forms to CDOT/Division of Infrastructure Management. The RFIPMs must be submitted at least seven weeks prior to the expected date of installation.
118
iv. CDOT will inspect all plant material at the nurseries prior to being delivered on site. Plants not installed within 60 days of initial inspection will require re-inspection next season. Also, all plant material not planted by October 15 will require re-inspection.
v. Plant material must be certified by the nursery, not the landscaping contractor.
vi. The RFIPM will be signed by the CDOT Horticulturist when the plant materials are accepted. The CCE should then assign a T-number to the RFIPM and return it to the Contractor. Then the CCE retains one copy for the project file and forwards two T-number-assigned RFIPM and submittal packages to CDOT QA.
c. Planter Soil
i. The Contractor is to submit a planter soil submittal to the CCE at least 30 days prior to the anticipated use on the project. The submittal must have the location of the material(s), the proposed soil testing agency, horticultural soil test (mechanical analysis), planting soil test (chemical analysis) and a minimum of three samples from different locations of the proposed planter soil source.
ii. The location information shall include additional information (for example, crops grown at the location in the past) as outlined in the specifications.
iii. The horticultural soil test and plant soil test report shall include, but not be limited to, chemical and mechanical analysis, and other criteria per the specifications.
iv. The CCE shall log in and review the submittal for completeness per Section III: Submittals of this manual. If the submittal is found to be incomplete, it should be returned to the Contractor for revisions and a resubmittal.
v. If the submittal is complete, the CCE must then forward the package to CDOT/Division of Infrastructure Management for review.
vi. Once the submittal is approved, the CCE shall forward a copy of the submittal to the Contractor. The Contractor should then submit an RFIM for all the materials that are to be incorporated into the project.
vii. Only the material suppliers listed in the approved submittal will be allowed to provide material to the project.
viii. If the Contractor wishes to change the source of supply during the construction of the project, a new submittal must be turned in to the CCE 30 calendar days prior to the change being effective.
d. Irrigation
i. The Contractor is to submit an irrigation submittal to the CCE at least 30 days prior to the anticipated use on the project. The submittal must include shop drawings prepared by a Licensed Professional Engineer or Licensed Plumber, pressure at the main, hydraulic calculations for circuit pressure losses, wire sizes, electrical calculations, and a complete package of catalog cut sheets for all equipment used.
ii. The CCE shall log in and review the submittal for completeness per Section III: Submittals of this manual. If the submittal is found to be incomplete, it should be returned to the Contractor for revisions and a resubmittal.
119
iii. If the submittal is complete, the CCE must then forward the package to CDOT/Division of Infrastructure Management for review.
iv. Once the submittal is approved, the CCE should forward a copy of the submittal to the Contractor. The Contractor should then submit an RFIM for all the materials that are to be incorporated into the project.
v. Only the material suppliers listed in the approved submittal will be allowed to provide material to the project.
vi. If the Contractor wishes to change the source of supply during the construction of the project, a new submittal must be turned in to the CCE 30 calendar days prior to the change being effective.
e. Sod
i. The Contractor must submit three copies of the Request for Inspection of Material (RFIM) form (Exhibit XI.A) with all backup documentation to the CCE for each material supplier. The forms are to be properly filled out and submitted to the CCE at least 14 working days prior to anticipated use. If more than one source is being used, a separate request form for each source is required. All certifications or letters of compliance and all applicable documentation are to be included.
ii. The RFIM should be checked to make sure the correct type of sod is being proposed (salt tolerant if required).
2. CONSTRUCTION PHASE
a. Trees
i. The CCE should inform the Senior City Forester seven days before any trees are installed.
ii. An on-site inspection will be made prior to and during the installation of the trees. Any tree not meeting specification (that being of good health) must be rejected.
b. Plants
i. The CCE should inform the Division of Infrastructure Management seven days before any plant material is installed.
ii. An on-site inspection will be made prior to and during the installation of all plant material. Any plant material not meeting specification (that being of good health) must be rejected.
c. Planter Soil
i. The CCE should inform Division of Infrastructure Management seven days before any material is installed.
ii. Once the planter soil has been placed, the CCE must notify the Division of Infrastructure Management to take samples. Infrastructure Management may perform chemical and mechanical tests per the Specifications.
120
iii. If it is found that the in-place planter soil does not meet specifications, no payments will be made. The Contractor will be given the opportunity to remedy the planter soil so that payment can be made.
d. Irrigation
i. The CCE should insure that all equipment is installed per the approved shop drawings.
ii. When testing the irrigation system, it must be tested at the controller to ensure that each zone works properly.
iii. Notify the Division of Infrastructure Management for final testing / approval of the system.
e. Sod
i. The CCE should collect the delivery tickets from the sod to verify the correct type and amount is being delivered to site.
3. FINAL DOCUMENTATION
The following documentation is to be maintained in the project files:
a. Trees / Plants
i. Shipping tickets are to be retained in the files and quantities reconciled with Requests for Inspection and RFINTs or RFIPMs processed.
ii. Copies of RFINTs / RFIPMs.
iii. Tree Net form. This form is located on the QC/QA login page. It must be filled out and sent to the CDOT Project Manager. The PM will route the sheet to the correct party for entry into the City’s 311 Tree Net.
b. Planter Soil
i. Shipping tickets are to be retained in the files and quantities reconciled with Requests for Inspection and RFIMs processed.
ii. Copies of any material testing information.
c. Irrigation
i. Approved shop drawings.
ii. Copies of RFIMs.
d. Sod
i. Shipping tickets are to be retained in the files and quantities reconciled with Requests for Inspection and RFIMs processed.
121
ii. Copies of RFIMs.
4. CONTACT INFORMATION
Jeff Brink Division of Project Development Senior City Forester 30 North LaSalle, Suite 500 Chicago, IL 60602 312-744-7844
Lubka Benak Division of Project Development Senior City Forester 30 North LaSalle, Suite 500 Chicago, IL 60602 312-744-2837
Ken Martin Division of Infrastructure Management Project Administrator 30 North LaSalle, Suite 200 Chicago, IL 60602 312-744-1863
Eleanore Skopek Division of Infrastructure Management Horticulturist 30 North LaSalle, Suite 200 Chicago, IL 60602 312-743-1393
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
EXHIBIT XI.F
141
EXHIBIT XI.F
142
EXHIBIT XI.F
143
EXHIBIT XI.F
144
145
146
147
148
149
150
151
152
153
154
155
Exhibit XI.N
156
Request for Inspection of Nursery TreesCity of Chicago Project No.: Today's Date:
Department of Transportation Project Description:
Division of Project Development Project Completion Date:30 North LaSalle Street, Room 500
Chicago, IL 60602Fax: 312.744.4758 or 3958Attn: Jeff Brink / Lubka Benak
Senior City ForestersOffice 312.744.7844 / 312.742.2837
Mobile 773.491.8655 / 708.878.8903
The following ORDERED material may be inspected at (Nursery)
Nursery Tel./Fax on or after (date)
Unit Qty
SUPPLIERS CERTIFICATION:
Nursery: Certified by Nursery Representative:Address: Name:
Title:Tel./Fax: Tel./Fax:
CITY ENDORSEMENT: cc: Resident EngineerContractor
The above material was inspected on (date): BOF
Accepted by: (Senior City Forester):
Approved by: (Resident Engineer):
Description (Genus species cultivar) and Dig Schedule (Spring or Fall / year)
I hereby certify that the items listed above to be used in the construction of the subject project comply with all contract requirements.
Tree Planting Permits must be obtained from the Department of Streets and Sanitation, Bureau of Forestry prior to tree planting 312.747.2098
Item No.
Tel/Fax
Tel/Fax
Subcontractor:Address:
CDOT Project Mngr:General Contractor:
Address:
TREE ORDER
(Revised 11/29/2005)
Exhibit XI.O
157
Requests for Inspection of Plant Material
Mail to: City of Chicago Project No.: Date:
Department of Transportation Project
Division of Infrastructure Project Completion Date:
30 North LaSalle Street, Room 200
Chicago, IL 60602
Attn: Eleanore Skopek
Tel. 312-743-1393
Fax: 312-746-6463
The following material may be inspected at:
Tel./Fax on or after (date)
Unit Qty
SUPPLIERS CERTIFICATION:
Nursery: Certified by Nursery Representative:Address: Name
TitleTel./Fax: Tel./Fax:
CITY ENDORSEMENT:The above material was inspected on (date): cc: Resident EngineerAccepted by: (Inspector): Project ManagerApproved by: (Head-Quality Control): Bureau of Inspection
Contractor
Inspection Report No.:CDOT Form No. 052 Revised: 2/05
Item No.
Tel/Fax
Description
Tel/Fax
Subcontractor:
Address:
Project Manager:
Contractor:
Address:
I hereby certify that the items listed above to be used in the construction of the subject project comply with all contract requirements.
Exhibit XI.P
158
SECTION XII: PUNCH LIST
GENERAL PROCEDURES
1. A final punch list describing all items remaining to be completed by the Contractor must be submitted to the Contractor within three days of substantial completion of the project using the CDOT Construction Management Website (see Exhibit XII.C). All punch lists are to be transmitted via a Field Order (see Exhibit XII.B).
2. The CCE should update the punch list as items are completed.
3. A file letter summarizing punch list progress should be issued weekly during the final punch list period.
4. If there is a final walk-through by other agencies (CTA, BOE, etc.) it is the CCE’s responsibility to incorporate all of their comments into the official punch list. See Exhibit XII.A for a final walk-through Notification Form.
5. The following descriptions define the columns of the standard punch list:
Category: Categories should be based on how Specification Book III is setup. Standard categories should be Civil, Structural, Electrical, Architectural, Landscaping, etc. This column may be used to sort the punch list for the different disciplines.
Area: The location on the project where the item needs remediation. This may be a station range (10+00 to 11+00), a block (400 South Michigan), a level (mezzanine level) or a general area (south elevator). This column may be used to sort the list by areas, which makes checking for completion of items much easier.
Number: Sequential numbering of the punch list items. As a rule, the number assigned to a certain item should never change.
Description: A concise description of exactly what needs to be performed by the Contractor rather than a list of items needing remediation. For example, write, “Grind smooth and paint all welds connecting canopy truss to the south elevator” rather than “Fix messy welds” or “Several welds look bad.”
Date Completed: The date on which the punch list item was completed. If an item has not been completed, leave this column blank.
6. If a project consists of many different work sites, or if there will be a considerable amount of time between winter shut-down and Substantial Completion (such as roadway opening in the fall with landscaping in the spring), a “Preliminary Punch List” should be issued to the contractor upon completion of each work site or during winter shut-down. This will allow the contractor to complete much of the punch list work during slow periods and will help ensure final punch list completion in a timely manner.
159
CHICAGO DEPARTMENT OF TRANSPORTATION
Division of Engineering
NOTIFICATION OF FINAL INSPECTION
DATE:
TO: Distribution
FROM: Chris Kent Coordinating Engineer II CDOT Division of Engineering
PROJECT NUMBER: PROJECT DESCRIPTION:
RESIDENT ENGINEER: PHONE:
CONTRACTOR: PHONE:
A FINAL INSPECTION FOR PROJECT , IS SCHEDULED FOR DATE & TIME . ALL PARTIES WILL MEET AT LOCATION .
Please bring with you to the final inspection one of the following: A letter of Acceptance of Maintenance Responsibility or Punch List of unfinished work.
All concerned parties are to have their punch lists submitted at the final inspection. Punch list submittal after the date of the final inspection will not be accepted. Failure to attend the final inspection and/or submit a punch list shall constitute acceptance of the work.
PERSONS NOTIFIED VIA EMAIL:
John Yonan, PE [email protected] Commissioner CDOT Division of Engineering
CDOT Construction Manager CDOT Division of Engineering
CDOT Project Manager CDOT Division of Engineering
CDOT Resident Engineer CDOT Division of Engineering
Cindy Williams [email protected] QC/QA Manager CDOT Commissioner’s Office
Williams Cheaks PW00685cityofchicago.orgDeputy Commissioner Division of Infrastructure Management
Randy Conner [email protected] Commissioner Signs and Markings
Albert Wtorkowski [email protected] Section Dept. of Water Management
Mohamad Al-Hajje [email protected] Section Dept. of Water Management
Bruce Spychala [email protected] Engineer Bureau of Electricity
Joe McCarthy [email protected] City Forester Bureau of Forestry
David Zavattero [email protected] Management Authority Office of Emergency Communications
John Bills [email protected] Management Authority Office of Emergency Communications
Anthony Gambino [email protected] Administration Manager Dept. of Revenue
Chuks Echeazu [email protected] Project Director Division of Infrastructure Management
PERSONS NOTIFIED VIA FAX:
Alderman ____ – FYI ___ Ward Fax:
Exhibit XII.A
160
FIELD ORDERCITY OF CHICAGODEPARTMENT OF TRANSPORTATION
DIVISION OF ENGINEERING
Field Order Number: 30 Date: 8/22/2007 Project Name: Lawrence Avenue Streetscape - Keating to Elston Project Number: S-3-102 To: Sumit Construction Company, Inc.
You are hereby directed by CDOT to comply with the following:DESCRIPTIONComplete the attached final punchlist by Friday, September 21, 2007.
REASONAccording to Book 2 of the contract documents, you will have 30 calendar days to complete all punchlist items beginning on the date of punchlist issuance.
cc: S. WaldingerCCE File (TranSystems)
Contract Modification Line Item Change No Cost X Other Moira Coughlin
Resident Engineer
Exhibit XII.B
161
CIT
Y O
F C
HIC
AG
OD
EPA
RTM
ENT
OF
TRA
NSP
OR
TATI
ON
DIV
ISIO
N O
F EN
GIN
EER
ING
S-3-
102
Law
renc
e A
venu
e St
reet
scap
e - K
eatin
g to
Els
ton
PUN
CH
LIS
T: A
LL E
NTR
IES
SOR
TED
BY
NU
MB
ERTh
ursd
ay, F
ebru
ary
07, 2
008
98%
Com
plet
ed
Cat
egor
y:A
rea:
Num
ber:
Des
crip
tion:
Dat
e C
ompl
eted
:
Con
cret
e
Zone
1
1G
rind
side
wal
k gr
affit
i at a
ddre
ss 4
656.
9/
18/2
007
Con
cret
e
Zone
1
2G
rind
side
wal
k gr
affit
i at a
ddre
ss 4
650.
9/
18/2
007
Con
cret
e
Zone
1
3P
atch
spa
lled
conc
rete
at t
he s
idew
alk
join
t at a
ddre
ss 4
624
and
4636
-464
2.
9/18
/200
7
Con
cret
e
Zone
1
4P
atch
spa
lled
conc
rete
at t
he s
idew
alk
join
t at N
W c
orne
r of K
entu
cky.
9/
18/2
007
Con
cret
e
Zone
2
5R
emov
e an
d re
plac
e sp
alle
d an
d cr
acke
d cu
rb a
nd g
utte
r at a
ddre
ss 4
606.
9/
18/2
007
Con
cret
e
Zone
2
6G
rind
graf
fiti f
rom
cur
b an
d gu
tter a
t add
ress
452
8.
9/18
/200
7
Con
cret
e
Zone
2
7R
epla
ce c
rack
ed s
idew
alk
at li
ght p
ole
at a
ddre
ss 4
506.
9/
18/2
007
Con
cret
e
Zone
2
8R
epla
ce c
rack
ed s
idew
alk
at e
ast e
nd o
f bui
ldin
g at
add
ress
450
6.
9/18
/200
7
Con
cret
e
Zone
2
9G
rind
bike
trac
ks fr
om g
utte
r fla
g fro
m a
ddre
ss 4
492
to 4
506.
9/
18/2
007
Con
cret
e
Zone
2
10
Grin
d si
dew
alk
graf
fiti e
ast o
f Ban
k dr
ivew
ay.
9/18
/200
7
Con
cret
e
Zone
2
11
Rep
lace
cra
cked
sid
ewal
k at
the
fire
hydr
ant W
est o
f Els
ton.
9/
13/2
007
Con
cret
e
Zone
3
12
Grin
d gr
affit
i at t
he d
rivew
ay e
ast o
f Kno
x.
9/18
/200
7
Con
cret
e
Zone
3
13
Grin
d fo
otpr
int a
t driv
eway
eas
t of K
ento
n.
9/18
/200
7
Con
cret
e
Zone
3
14
Grin
d fo
otpr
int a
t driv
eway
wes
t of K
ilbou
rn.
9/18
/200
7
Con
cret
e
Zone
3
15
Grin
d cu
rb ra
dius
at t
he S
E c
orne
r of K
ilbou
rn c
ause
d by
cov
ered
pla
stic
. 9/
18/2
007
Con
cret
e
Zone
3
16
Grin
d gr
affit
i on
the
curb
at t
he a
ddre
ss o
f 447
5 an
d 44
71.
9/18
/200
7
Con
cret
e
Zone
3
17
Grin
d si
dew
alk
graf
fiti a
t the
add
ress
of 4
469
and
4463
. 9/
18/2
007
Con
cret
e
Zone
4
18
Grin
d fo
otpr
int a
t the
add
ress
of 4
784
near
Els
ton.
9/
18/2
007
Asp
halt
Zo
ne 3
19
R
emov
e an
d re
plac
e as
phal
t on
the
SE
cor
ner o
f Ken
ton
to e
limin
ate
the
lip a
t the
cur
b lin
e.
8/8/
2007
Asp
halt
Zo
ne 2
20
In
stal
l asp
halt
at th
e ba
ck o
f sid
ewal
k to
mat
ch e
xist
ing
cond
ition
at t
he a
ddre
ss o
f 460
0 La
wre
nce
Ave
nue.
8/8/
2007
Con
cret
e
Ent
ire P
roje
ct
21
Grin
d an
d se
al a
ll cr
acks
in th
e cu
rb.
9/18
/200
7
Exhibit XII.C
162
Gen
eral
E
ntire
Pro
ject
22
C
ut th
e ex
pans
ion
join
t mat
eria
l aro
und
all l
ight
pol
es fl
ush
with
the
top
of th
e si
dew
alk.
9/18
/200
7
Gen
eral
E
ntire
Pro
ject
23
Tr
im th
e ex
pans
ion
join
t mat
eria
l. S
peci
fical
ly, t
rim a
t the
SW
cor
ner o
f Els
ton
and
Law
renc
e pl
ante
r box
.
9/18
/200
7
Gen
eral
P
lant
er B
oxes
24
C
aulk
all
the
saw
ed jo
ints
at a
ll th
e pl
ante
r box
cur
bs.
9/18
/200
7
Gen
eral
44
77 W
. Law
renc
e A
venu
e
25
Cau
lk a
long
the
prop
erty
line
. 9/
18/2
007
Orn
amen
tal F
ence
P
lant
er b
oxes
26
To
uch
up th
e bo
lts, b
rack
ets
and
fenc
ing
that
are
scr
atch
ed, c
hipp
ed o
r fie
ld c
ut w
ith th
e ap
prop
riate
mat
eria
l and
col
or.
12/3
/200
7
Orn
amen
tal F
ence
P
lant
er b
oxes
27
A
ncho
r the
cor
ner c
aps
and
com
plet
e th
e in
stal
latio
n of
the
bolts
for t
he o
rnam
enta
l fen
ce.
12/3
/200
7
Orn
amen
tal F
ence
S
E c
orne
r of K
ento
n
28
Rem
ove
and
repl
ace
the
orna
men
tal f
ence
pan
el a
t the
eas
t end
of t
he p
lant
er b
ox.
12/3
/200
7
Orn
amen
tal F
ence
S
W c
orne
r of K
ento
n
29
Rem
ove
and
repl
ace
the
orna
men
tal f
ence
pan
el a
t the
wes
t end
of t
he p
lant
er b
ox.
12/3
/200
7
Stri
ping
E
ntire
Pro
ject
30
In
stal
l the
bik
e sy
mbo
ls a
nd a
rrow
s.
8/8/
2007
Stri
ping
Zo
ne 2
31
R
epai
r stri
ping
on
the
north
sid
e of
Law
renc
e ne
ar K
ento
n th
at w
as n
ot in
stal
led
corr
ectly
. 8/
8/20
07
Stri
ping
Zo
ne 3
32
R
emov
e co
nflic
ting
strip
ing
at th
e co
rner
of K
enne
th a
nd E
lsto
n.
8/8/
2007
Con
cret
e
4606
W. L
awre
nce
Ave
nue
33
P
atch
the
conc
rete
that
is s
palle
d at
Bill'
s Tr
uck
Aut
o R
epai
r.
9/18
/200
7
Con
cret
e
SW
Ken
ton
34
R
epai
r spa
lled
conc
rete
at t
he o
rnam
enta
l fen
ce p
ost.
9/
20/2
007
Con
cret
e
SE
Kilb
ourn
35
R
epai
r spa
lled
conc
rete
at t
he o
rnam
enta
l fen
ce p
ost.
9/18
/200
7
Gen
eral
Zo
ne 1
and
4
36
Touc
h up
and
rem
ove
spille
d co
ncre
te o
n th
e ve
rtica
l ide
ntifi
ers.
9/
18/2
007
Gen
eral
Zo
ne 1
, 2, 3
and
4
37
Cle
an u
p th
e B
ronz
e M
edal
lions
. 12
/3/2
007
Con
cret
e
Zone
1, 2
, 3 a
nd 4
38
P
ower
was
h si
dew
alk.
12
/3/2
007
Cle
an u
p
Zone
3
39
Rem
ove
debr
is a
t the
SW
cor
ner o
f Els
ton/
Law
renc
e/K
enne
th.
8/22
/200
7
Cle
an u
p
Zone
3
40
Rem
ove
debr
is a
t the
SW
pla
nter
at K
ento
n.
8/22
/200
7
Ligh
t Pol
e Id
entif
iers
E
ntire
pro
ject
41
Fi
nish
inst
allin
g th
e br
acke
t cov
ers
for t
he b
anne
r arm
s th
roug
hout
the
proj
ect.
9/
18/2
007
Con
cret
e
Zone
3
42
Rem
ove
and
repl
ace
the
tiles
that
are
loos
e at
the
SW
cor
ner o
f Els
on/L
awre
nce.
8/
22/2
007
Con
cret
e
Zone
2
43
Rem
ove
and
repl
ace
the
tiles
that
are
loos
e at
the
NW
cor
ner o
f Els
on/L
awre
nce.
8/
22/2
007
Gen
eral
Zo
ne 3
44
R
epai
r the
sno
w fe
nce
until
the
plan
tings
are
com
plet
e at
Ken
neth
and
Ken
ton
inte
rsec
tions
. 8/
22/2
007
Gen
eral
Zo
ne 3
45
R
emov
e th
e ta
pe th
at is
on
the
trash
rece
ptac
le a
t the
SW
cor
ner o
f Ken
ton.
9/
18/2
007
Land
scap
e
Zone
4
46
Pru
ne th
e tre
e th
at is
han
ging
ove
r the
ver
tical
iden
tifie
r at t
he S
W c
orne
r of K
eatin
g.12
/3/2
007
Sew
er &
Wat
er
4633
W. L
awre
nce
Ave
nue
47
C
lean
the
catc
h ba
sin.
9/
18/2
007
Sew
er &
Wat
er
4537
W. L
awre
nce
Ave
nue
48
C
lean
the
Wat
er V
alve
. 9/
18/2
007
Sew
er &
Wat
er
4465
W. L
awre
nce
Ave
nue
49
C
lean
and
mor
tar c
atch
bas
in.
9/18
/200
7
Exhibit XII.C
163
Sew
er &
Wat
er
4459
W. L
awre
nce
Ave
nue
50
C
lean
the
Wat
er V
alve
. 9/
18/2
007
Sew
er &
Wat
er
4784
Els
ton
51
B
rick
and
Mor
tar F
ram
e an
d Li
d.
9/18
/200
7
Sew
er &
Wat
er
4614
W. L
awre
nce
Ave
nue
52
C
lean
Wat
er V
alve
that
is fu
ll of
dirt
and
deb
ris.
9/18
/200
7
Sew
er &
Wat
er
4626
W. L
awre
nce
Ave
nue
53
W
ater
Val
ve n
eeds
sol
id li
d.
9/18
/200
7
Sew
er &
Wat
er
4719
W. L
awre
nce
Ave
nue
54
B
rick
and
mor
tar t
he to
p po
rtion
of t
he fr
ame
and
lid.
9/18
/200
7
Sew
er &
Wat
er
4702
W. L
awre
nce
Ave
nue
55
M
orta
r the
top
porti
on o
f the
fram
e an
d lid
. 9/
18/2
007
Orn
amen
tal F
ence
Jo
b P
lant
ers
57
C
lean
off
exce
ss g
rout
/epo
xy a
t the
pla
nter
raili
ng lo
catio
ns.
9/20
/200
7
AD
A
SW
cor
ner o
f La
wre
nce/
Els
ton
58
In
stal
l rai
ling.
9/
18/2
007
Orn
amen
tal F
ence
S
E c
orne
r of
Law
renc
e/E
lsto
n
59
Inst
all o
rnam
enta
l fen
ce a
t pla
nter
. 9/
18/2
007
Ver
tical
Iden
tifie
rs
Wes
tern
Job
Lim
its
60
Com
plet
e V
ertic
al Id
entif
iers
incl
udin
g to
uchu
ps.
Land
scap
ing
E
ntire
Pro
ject
61
C
ompl
ete
all L
ands
capi
ng.
12/3
/200
7
Man
uals
E
ntire
Pro
ject
62
S
ubm
it al
l mai
ntan
ce/o
pera
tions
man
uals
spe
cifie
d in
Boo
k 3
of th
e co
ntra
ct d
ocum
ents
. 12
/3/2
007
Com
plet
ion
Sub
mitt
als
E
ntire
Pro
ject
63
S
ubm
it A
s-B
uilts
and
all
othe
r con
tract
-spe
cifie
d m
ater
ial (
incl
udin
g th
e de
liver
y of
ext
ra
iden
tifie
rs).
1/
23/2
007
Rep
orts
La
ndsc
apin
g
64
Sub
mit
com
plet
ed a
rbor
ist i
nspe
ctio
n re
port.
12
/17/
2007
Wat
er
Ken
ton
S L
awre
nce
65
C
lean
out
wat
er v
ault
that
is fu
ll of
deb
ris.
9/18
/200
7
Wat
er
Law
renc
e W
Els
ton
66
U
ncov
er w
ater
vau
lt th
at w
as p
aved
ove
r.
12/3
/200
7
Exhibit XII.C
164
SECTION XIII: MINORITY REPORTING
A. EEO
1. The General Contractor and all subcontractors are responsible for submitting Workforce Analysis Reports every month. This form breaks down the hours worked by all tradespeople by sex and race.
2. The information on these reports is to be entered monthly into the EEO spreadsheet log (see Exhibit XIII.A).
3. After entry of all information into the log, a standard file letter (see No. 5 of “Standard File Letters”) must be issued to the General Contractor. This file letter notifies the Contractor whether or not they are meeting the Minority Group and Female Employment goals.
B. DBE (FEDERALLY FUNDED PROJECTS)
1. The General Contractor must submit a “Status Report of DBE (Sub) Contract Payments” to Records and Estimates and a copy to the CCE, monthly or with each pay request on all federally funded projects.
2. Once this report is received by the CCE, a standard file letter (see No. 6 of “Standard File Letters”) must be issued to the General Contractor. This file letter notifies the Contractor of any deficiencies in DBE status.
C. MBE / WBE AND CHICAGO RESIDENCY (CITY FUNDED PROJECTS)
1. The General Contractor must submit status reports breaking down MBE / WBE and Chicago residency status monthly or with each pay request on all City funded projects.
2. Once these reports are received by the CCE, two standard file letters (see Nos. 7 and 9 of “Standard File Letters”) must be issued to the General Contractor. These file letters notify the Contractor of any deficiencies in MBE / WBE and Chicago Residency status.
D. DAILY HEAD COUNTS
The CCE is responsible for submitting daily head count forms to CDOT (see Exhibit XIII.B). The form is generated from the CDOT Construction Management Website and must be faxed to CDOT at (312) 744-3268 Monday through Friday no later than 8:30 a.m. Previous night shift totals are due before 8:30 a.m. the next day. Saturday and Sunday daily head counts are to be submitted no later than 8:30 a.m. the following Monday.
165
Total Minority FemaleHours Hispanic Afro. Amer. N. American Asian Female Status Status
FHP 22424 4870 4705 35 154 1435 49.9% 6.4%Brandenburg 3814.5 2467.5 317.5 105.5 75.8% 2.8%
Highway Safety Corp 837 755 39 94.9% 4.7%Western Remac, Inc 228 16 38 33 38.2% 14.5%Midwest Fence Corp. 334.75 310.5 16.5 97.7% 0.0%Aldridge Electric Inc. 2338 0 562 24.0% 0.0%Mahoney & Assocs. 32 32 100.0% 0.0%Quality Saw & Seal 130.25 3 11.5 7 16.5% 5.4%
Civil Cont. & Eng. Inc. 3865 1717.5 409 55.0% 0.0%Acura Inc. 6160 3200 44.5 79 54.0% 1.3%
Plote Construction Inc. 1475.5 426 221.5 178 55.9% 12.1%DND Electric, Inc. 199 0.0% 0.0%Mega Steel Corp. 1946 159 74 12.0% 0.0%H & B Steel Inc. 65.5 8.5 13.0% 0.0%
Air Press. Damp Proof 77 38.5 50.0% 0.0%Area Equipment Inc. 234 40 17.1% 0.0%
Commonwealth Mech. 93 28 30.1% 0.0%Marking Specialists Corp. 450 279 19 71 82.0% 15.8%
Total hours 44703.5 14282.5 6486.5 35 154 1947.5Percentage 31.95 14.51 0.001 0 4.36
Hispanic African American
NativeAmerican
Asian Female
4.36
46.80
Status Key: DBE = Disadvantage Business EnterpriseWBE = Women Business EnterpriseHis. DBE = Hispanic DBE
Tracking
Contractors August September October November December January February March April May June July Aug Sep OctFHP Tectonics X X X X X X X X X X X X X XBrandenburg X X X X X X X X X XHighway Safety Corp. X X X X X X X X X X X X X X XWestern Remac X X X X X X X X X X X X X X XMidwest Fence X X X X X X X X X X X x X x xAldridge Electric Inc. X X X X X X X X X X X X XMahoney & Assocs. X XQuality Saw and Seal X X X X X X X X X X XCivil Cont. & Eng. Inc. X X X X X X X X X XAcura Inc. X X X X X X X X X X XPlote Construction Inc. X X X X X X X X XDND Electric Inc. X X X X X X X X XMega Steel Corp. X X X X X XH & B Steel Inc. X X X XAir Press. Damp Proof. X X X XArea Equipment Inc.Commonwealth Mech. X XMarking Specialists Corp. X X X X XMAT Leasing, Inc. X X X X X X X X X X
Total Minority % This Report :
2005 2006
Total through period ending: October 2006
CONTRACTOR
Total Female % This Report :
CDOT DIVISION OF ENGINEERING
CDOT Project No. E-5-411Archer Ave at Ashland Over the South Fork of the South Branch of the Chicago River
Man-hour Summary Report
EEOSTATUS(15) Oct 06 1 of 1
Exhibit XIII.A
166
CITY OF CHICAGODEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERINGCanal Street Viaduct at 16th Street ReconstructionE-5-424DAILY HEAD COUNT: LONG REPORT (01/19/07-01/19/07)Tuesday, March 04, 2008
Canal Street Viaduct at 16th Street Reconstruction (Day)Caucasian Hispanic African American Native American Asian
Friday, January 19, 2007
2 0 1 0 0
67% 0% 33% 0% 0%
Day Totals2 0 1 0 0
67% 0% 33% 0% 0%
Exhibit XIII.B
167
SECTION XIV: DOCUMENTATION
A. PROGRESS AND FINAL DOCUMENTATION
1. Contractors’ work effort and work completed is to be recorded on the Inspector’s Daily Report(IDR) at the end of each working day. The report is to be completed in accordance with the attached Exhibit XIV.A. These reports are to be kept in chronological order and filed in a binder.
2. Quantities recorded on the Inspector’s Daily Reports are to be posted in the Quantity Book and cross-referenced to the applicable daily report per the attached Exhibit XIV.B.
3. Requests for Inspection of Material (RFIM) Quantities and T-Letter Numbers are to be recorded on the right hand facing sheet in the quantity book (the reverse side of the next item) in accordance with the attached Exhibit XIV.C.
B. DAILY LOG
1. A bound "Daily Log" will be provided by CDOT to the CCE in order to document the daily construction activities. The CCE is responsible for filling out the Daily Log on a daily basis.
2. The first entry should be on the day of the Notice to Proceed (NTP), unless there are issues or events that go back before the NTP is issued that need to be noted. Keep in mind that the Contractor cannot begin contract work before the NTP is issued.
3. Include entries for Saturdays, Sundays and holidays. Enter "No Work" if no work was performed in the field during those days.
4. At the very least, "Hours Worked," "Weather Conditions," and "Controlling Item" fields must be filled out. Include a summary of work that was performed, along with Contractor name, workforce, and equipment used.
5. A new diary must be started on January 1st of every year.
6. The CCE shall complete IDOT Weekly Report of Resident, IDOT Form BC 239 (see Exhibit XIV.D) on a weekly basis. Each report shall give a brief description of what the General Contractor or Sub-contractor completed. The CCE must submit the report to the CDOT RE, Project Manager and the Construction Manager on a weekly basis. If the project is Federally or State funded, a copy must also be sent to IDOT (Erica DeYoung at [email protected]).
7. For all projects which have traffic control in place, an IDOT Form BC 726 Traffic Control Inspection Report (Exhibit XIV.H) must be filled out weekly (minimum). The CCE must also inspect the traffic control at least twice per day and note the conditions in the Daily Log.
C. PAYMENTS FOR OFF-SITE MATERIAL
Payment for off-site stored materials may be considered if the following documentation has been submitted:
168
1. Invoices showing the cost of the material.
2. Waiver from the supplier showing that the material has been paid for.
3. Executed CDOT inspection forms.
4. Proof of insurance including the coverage of material in transit.
5. A letter from the General Contractor’s bonding company stating that they have no objection to the payment and that there will be no changes in the terms of the bond.
6. A letter from the Contractor indicating that it is still responsible for the material as required by the Contract documents.
D. SUBMITTAL OF FINAL DOCUMENTATION TO RECORDS & ESTIMATES
1. The following information must be completed and included with the final documentation:
a. All quantities will need to be agreed upon with the contractor. A final Line Item Change must be submitted once all the quantities are considered final.
b. All pages in the quantity book will need to be finalized.
c. A semi-final pay estimate will need to be turned in.
d. All PCMs will need to be finalized with a Record of Negotiation.
e. Warranties, Guaranties, Operation & Maintenance Manuals and Record Drawings will need to be obtained.
f. File letters for substantial completion and completion of the punch list will need to be written and placed in the files.
g. Complete IDOT form BC 1777 Contractor’s Performance Evaluation (Exhibit XIV.E) and place in file 2505.
h. For State and Federally funded projects complete IDOT forms: BCD 109 Report of Starting and Completion Date (Exhibit XIV.F) and BC 71 Final Inspection Report of State Road Work (Exhibit XIV.G). These shall also be placed in file 2505.
2. Within 90 days of Substantial Completion, all project documentation must be placed in boxes and transmitted to Records and Estimates. A Project Close-Out Checklist (Exhibit XIV.I) and the Transmittal of Final Quantity Documentation (Exhibit XIV.J) must be filled out and Records and Estimates must be contacted to arrange a time to deliver the boxes. Projects which require extensive final close-out work or those projects which may have Substantial Completion dates in fall and final landscaping work in the spring, must still turn in the boxeswithin 90 days of Substantial Completion. Once the boxes are turned in, the CCE may continue with the close-out process by accessing the project files through Records and Estimates.
169
170
171
172
173
174
175
Printed 3/4/2008 BC 239 (Rev. 5/06)
Weekly Report of Resident
County
Section
Report No. Week Ending % Complete Route
Contract Price Estimated Completion Date District Contract No.
Contractor Job No.
Contract Completion Date Contract Working Days Project
Time Limited Extended to Average Number of persons working
Execution Start Reports Suspended
Reports Resumed
Significant Completion
Day Date Hours
Worked Controlling
ItemWorking
Day Charged
Provide summary of Contractor's and Subcontractor's operations each day. Compare performance with Progress Schedule. A reason must be provided when less than a full working day is charged.
SUN
MON
TUE
WED
THU
FRI
SAT
Total this week Previous Total Total to Date
Will Contractor complete project on time at present rate of progress? Yes No If No-Why?
Have you discussed rate of progress with Contractor this week? Yes No If No-Why?
Orig. Regional Engineer c.c. Contractor Resident Field Telephone Number Bur. Construction Project File
NOTE: See reverse side for detailed instructions for preparing Form BC 239. If the Contractor disagrees with the working day charges, detailed reasons must be expressed in writing to the Regional Engineer within 7 days after receipt of the report.
Exhibit XIV.D
176
Printed 3/4/2008 BC 239 (Rev. 5/06)
Instruction for Preparing Form BC-239
1. Report No. – Number each report sequentially, starting with 1 for the first report submitted.
2. Week Ending - Date should be the same as Saturday's date.
3. % Complete = Value of completed work x 100, to the nearest whole number. Total adjusted contract value
99.5% = The Contractor has given notice that the work is complete per Article 105.12, and the project is awaiting final inspection.
99.9% = Final inspection performed, and punch list issued to the Contractor.
100% = Final inspection performed and all work satisfactorily completed. (Note that the contract is considered 100% complete even though a performance/establishment period may still be in effect.) Weekly reports can be suspended.
4. Contract Price - From the Schedule of Prices sheet of the awarded contract.
5. Estimated Completion Date - From Progress Schedule, Form BC 255. (Do not enter working days here.) When it is obvious that the estimated completion date is incorrect, please revise it accordingly.
6. Contractor – The name of the prime contractor.
7. Contract Completion Date – As shown in the contract PROPOSAL, if applicable.
8. Contract Working Days - As shown in the contract PROPOSAL, if applicable.
9. Time Limit Extended To - When approved in writing in conformance with Article 108.09 of the Standard Specifications.
10. Average Number of Persons Working - This figure is to be based on a daily head count of persons working on the jobsite, regardless of whether a working day is charged. (Example: Mon = 21 men, Tues = 0 men, Wed = 0 men, Thurs = 5 men, Fri = 17 men, Avg = (21 + 5 + 17) 3 = 14 men.
11. Execution – The execution date from the signed contract on file for this project. (The execution date is that date on which the Secretary signs the contract.)
12. Start – The official start date, which is the date the contractor starts work or the approved start date, whichever is earlier. Theapproved start day is 10 days after contract execution unless a late start date is approved in writing by the Engineer. Note that if a late start date is approved the Resident should submit the first weekly report immediately to notify the Central Office that a late start date has been approved. If the approved start date will be a significant delay, the Weekly Report submittal can be suspended until jobsite activity begins (see below).
13. Reports Suspended – The date on which submittal of Weekly Reports is suspended. If the reports have been suspended more than once, then state the most recent suspension date. Note that this suspension date does not constitute an official suspension of the contract per Article 108.07, but is only a convenient suspension of Weekly Reports when no work is occurring or expected to occur for an extended period of time.
14. Reports Resumed – The date on which Weekly Reporting is resumed. If the reports have been suspended more than once, then state the most recent resumption date, or leave blank if the reports are currently suspended.
15. Significant Completion – The date that the contractor notifies the Engineer that the work specified under the significant time limit is completed. For contracts with a working day or a completion date time limit, this is the date that the % (percent) complete is designated as 99.5%. For contracts with a completion date plus working days time limit, this is the date that the work specified under thecompletion date is completed.
16. Controlling Item – The controlling item shall be that item which must be completed either partially or completely to permit continuation of progress. Follow Form BC 255, Progress Schedule.
17. Working Day Charged – The charging of working days shall start when the Contractor begins actual construction and in no case later than the approved start date (see discussion under Start Date, above). Refer to Article 108.04 of the Standard Specifications for a full explanation of the requirements of working day charges.
18. Actual Progress – In answering the question, “Will the contractor complete project on time at present rate of progress?” please refer to your Progress Schedule and number of working days already charged. Note how the Actual Progress compares with the Proposed Progress.
19. General - ICORS contracts – Submittal to the Central Bureau of Construction is required via email to [email protected].
Non-ICORS contracts - This report must be prepared and mailed to the District Office so that it will arrive there no later thanthe first mail Wednesday morning. The copy for the Central Bureau of Construction should be mailed by the District Office in time to ARRIVE on the following Monday morning.
Exhibit XIV.D
177
Exhibit XIV.E
Printed 3/4/2008 BC 1777 (Rev. 10/06)
Contractor's Performance Evaluation
Report for (year)
Contractor Number Contractor Name
Address Street City State Zip Code
District Approx. Dollar Amt.-Completed (in 1,000’s)
(Example: $20,000=20) Prime Sub
IDOT Contracts Contract Number
Local Roads Contracts Locally Let Contracts Contract Number Section Number Local Agency Local AgencyCounty County
Municipality Township County Road District
Municipality Township County Road District
Rate the Contractor’s performance using the numerical rating guidelines for each category.
8.0 = Excellent 7.0 = Good 6.0 = Satisfactory 4.0 = Marginal 2.0 = Poor
Quality of Work Execution of Work Category* Rating Category Rating
Organization/Prosecution Cooperation Traffic Control/Site Protection EEO/Labor Compliance Erosion Control *See list on reverse QC/QA
A rating of less than six (6.0) must be explained.
Comments:
Prepared by: Resident Date
Reviewed by: Title Date
178
Exhibit XIV.E
Printed 3/4/2008 BC 1777 (Rev. 10/06)
Work Categories
001 Earthwork 014 Electrical 027C Pav’t. Markings (Epoxy) 002 PCC Paving 015A Cover & Seal Coats(A) 027D Pav’t Markings (Polyurea) 003 Bituminous Plant Mix 015B Cover & Seal Coats (B) 030 Inst. Raised Pav’t. Markers 004 Bituminous Agg. Mix 016 Slurry Appl. 031 Pav’t. Textur. & Surf. Rem. 005 Bituminous Paving 017 Concrete Construction 032 Cold Mill, Plan. & Rotomill 006 Clean & Seal Cracks/Joints 018 Landscaping 033 Erection 007 Soil Stabilization and Mod. 019 Seeding & Sodding 034 Demolition 08A Aggregate Bases & Surf. (A) 020 Vegetation Spraying 035 Fabrication 08B Aggregate Bases & Surf. (B) 021 Tree Trim. & Sel. Tree Rem. 036 Tunnel Excavation 09A Highway Structures 022 Fencing 037 Expressway Cleaning 09B Highway & Railroad Struct. 023 Guardrail 038 Railroad (Track) Const. 09C Hwy., R.R. & Waterway Str. 024 Grouting 039 Marine Construction 010 Structures Repair 025 Painting 040 Hydraulic Dredging 011 Anchors & Tiebacks 026 Signing 041 Hot (in-place) Recycling 012 Drainage 027A Pav’t. Markings (Paint) 042 Cold (in-place) Recycling 013 Drainage Cleaning 027B Pav’t Markings (Thermo)
Instructions for Completion of the BC 1777: Contractor’s Performance Evaluation
1. The performance evaluation is to be prepared by the Resident and reviewed by the Supervising Field Engineer. District Construction Engineer, Municipal Engineer, County Engineer or other appropriate official.
2. Assign a numerical code for each work category under Quality of Work and a numerical code for each aspect of Execution of Work. The numerical code is to be to the nearest tenth (0.1).
3. Provide the Contractor with a copy of the report. Offer the Contractor an opportunity to meet and discuss any rating less than six (6.0).
4. A prequalification work rating will not be renewed if an overall weighted rating of less than 4.0 is received or less than six (6.0) is received for two successive years. The rating may be restored upon proof of improvement.
5. A rating of less than six (6.0) may be increased upon demonstration of corrective measures taken by the Contractor.
6. Additional sheets may be used if necessary.
Local Agency Contracts
The Bureau of Local Roads and Streets contract can be easily identified by the odd second digit (i.e. 95476). When entering evaluation information for Local Roads contracts select which type of local agency performed the work; municipality, township, county or road district and list the local agency name.
Locally Let Contracts
Since Locally Let Contracts do not have 5 digit IDOT contract numbers assigned to them, enter the Section Number so that we can uniquely and accurately identify the work that the contractor is being evaluated on. When entering evaluation information for Locally Let contracts, select which type of local agency performed the work; municipality, township, county or road district and list the local agency name.
For assistance in completing this form or for questions, please contact the Prequalification Unit in the Central Bureau of Construction at 217/782-3413.
179
Exhibit XIV.E
Printed 3/4/2008 BC 1777 (Rev. 10/06)
Numerical Guidelines
Quality of Work
Quality - Consider the project’s durability and appearance, the knowledge of the supervisory personnel and compliance with contract requirements (i.e. plans, specifications, field inspection, etc.).
8.0 Contractor exceeded project requirements in all areas considered. 7.0 Contractor exceeded project requirements in a majority of areas considered. 6.0 Contractor met project requirements in all areas considered. 4.0 Contractor did not meet project requirements in one area considered. 2.0 Contractor did not meet project requirements in two or more areas considered.
Execution of Work
Organization/Prosecution - Consider the Contractor’s ability to diligently prosecute work by planning and scheduling labor materials and the work of subcontractor’s on a project site.
8.0 Contractor exceeded project requirements in all areas considered and completed the project well ahead of schedule. 7.0 Contractor exceeded project requirements in a majority of areas considered and the project was completed slightly ahead of
schedule. 6.0 Contractor met project requirements in all areas considered and the scheduled completion date was met. 4.0 Contractor did not meet project requirements within its control in one area considered and occasionally did not work when conditions
permitted. The scheduled completion date was met. 2.0 Contractor did not meet project requirements in two or more areas considered. The scheduled completion date was
not met.
Cooperation - Consider the Contractor’s willingness to negotiate contract disputes, respond to reasonable requests by the Resident and respond to various Departmental correspondence.
8.0 Contractor exceeded project requirements in all areas considered. 7.0 Contractor exceeded project requirements in a majority of areas considered. 6.0 Contractor met project requirements in all areas considered. 4.0 Contractor did not meet project requirements in one area considered. 2.0 Contractor did not meet project requirements in two or more areas considered.
Traffic Control/Site Protection - Consider the appearance of the traffic control devices, the response to repair deficient devices and the Contractor’s willingness to comply with the Traffic Control Plan (TCP).
8.0 Contractor exceeded project requirements in all areas considered. 7.0 Contractor exceeded project requirements in a majority of areas considered. 6.0 Contractor met project requirements in all areas considered. 4.0 Contractor did not meet project requirements in one area considered. 2.0 Either the Contractor did not meet project requirements in two or more areas considered or the Contractor committed an act or
omission which seriously compromised the safety of the public.
EEO/Labor Compliance - Consider the Contractor’s compliance with the Equal Employment Opportunity program and compliance with the labor laws.
8.0 Contractor exceeded project requirements. 7.0 Contractor met project requirements through extraordinary effort and initiative. 6.0 Contractor met project requirements with minimum effort and initiative. 4.0 Contractor met project requirements, but had to be motivated by Department personnel. 2.0 Contractor did not meet project requirements.
180
Exhibit XIV.E
Printed 3/4/2008 BC 1777 (Rev. 10/06)
Erosion Control - Consider the Contractor’s compliance with the project’s erosion control plan and all pertinent federal and state laws, permits and regulations.
8.0 Contractor exceeded project requirements. 7.0 Contractor exceeded project requirements in a majority of the areas considered. 6.0 Contractor met project requirements in all areas. 4.0 Contractor did not meet project requirements in one area considered. 2.0 Contractor did not meet contract requirements in two or more areas.
QC/QA – The contractor’s ability to meet QC/QA inspection, testing, and documentation requirements; control of product; take corrective action; and communicate production/construction issues with Department personnel are considered.
8.0 Contractor exceeded QC/QA requirements. 7.0 Contractor exceeded QC/QA requirements in a majority of the areas considered. 6.0 Contractor met QC/QA requirements in all areas. 4.0 Contractor did not meet QC/QA requirements in one area considered. 2.0 Contractor did not meet QC/QA requirements in two or more areas considered.
181
Exhibit XIV.F
Report of Starting & Completion Date
County
Section
Route
District 1 Contract No. Job No.
Project
Type of Construction
Diane O'Keefe District Construction Engineer 201 W. Center Court Schaumburg, Illinois 60196
Attention: Gene Joynt (Project Engineer)
Construction of the above section, located , was
(Describe location)
Started Suspended Resumed Completed
by, , Contractor, on (Date)
If Suspended state reason
YES NO If contract is completed, has all work (other contracts, utility work, railroad work, etc.) been completed on this Federal Aid Project?
Signed
Title
Note: Mail one copy to District Office.
BCD1_09 182
Exhibit XIV.G
Final Inspection Report of State Road Work
County
Section
Route
District Contract No. Job No.
Project
Director of Highways Chief Engineer Contractor Department of Transportation Springfield, Illinois Address
On , final inspection was made of work designated and same was found to be completedsubstantially in accordance with all of the requirements of the plans, specifications and contract. The improvement begins atStation and ends at Station Gross length The work is located between (nearest town) and (nearest town) on (marked route) .
Summary of Length Built Nature of* Surface or Bridge Net Shoulders Within Corporate
Improvement Type Width Length Width Type limits of Station to Station
Total* Describe nature of improvements as (1) PCC Pavement: (2) W&RS: (3) Resurfacing: (4) Bridge Widening: (5) Bridge Repairs: (6) Bridge (new): (7) Prepared. Omission and equations should be noted. Use above space for remarks and comments. If additional space is necessary use additional BC-71 Form(s).
General Information
Date contract awarded Construction began Construction completed Punch List Completed Date pavement opened to traffic Was work completed under traffic? Contract time limit + WD’s Working days used Extension(s) Liquidated damages (days) Working days added by authorization(s) Subcontractors
Resident and Inspectors Contractor’s Superintendent Bonding Company Final Inspection made by
(State personnel) (Date)
Contract Price Regional Engineer Date Additions
Passed Deductions Engineer of Construction Date Total Cost
IL 494-0394 BC 71 (Rev. 2/05) ISO CF-720-012 183
Prin
ted
3/4/
2008
B
C 7
26 (3
/06)
Traf
fic C
ontr
ol
Insp
ectio
n R
epor
t
Dat
e
Tim
e
Wea
ther
Cou
nty
C
ontra
ct
R
epor
t No.
OP
ER
725
on
E
st. C
ompl
etio
n D
ate
S
ectio
n
Mar
ked
Rou
te
Type
of W
ork
Lo
catio
n
RE
/ RT
C
ontra
ctor
Eva
luat
e:(G
) Goo
d, (F
) Fai
r, (D
)Def
icie
nt, (
X) D
oes
Not
App
lyTr
affic
Con
trol
C
ondi
tion
Loca
tion
/ Pl
acem
ent
Nig
htVi
sibi
lity
Ove
ral
Effe
ctiv
enes
sD
escr
iptio
n, C
omm
ents
or C
orre
ctiv
e M
easu
res
Rec
omm
ende
d
Sig
ns
Sig
nFl
ashe
rs
Dru
ms
or
Barr
icad
e Li
ghts
Dru
ms,
B
arric
ades
or
Con
es
Pav
emen
tM
arki
ngs
Ver
tical
P
anel
s
Arr
ow
Boa
rd(s
)
Com
men
ts o
n ot
her i
tem
s:
Do
any
prev
ious
ly re
porte
d di
scre
panc
ies
still
exis
t ?
Y
es
N
o If
yes,
des
crib
e:
cc:
File
R
E o
r RT
Sub
cont
ract
or
Fie
ld E
ngin
eer
Sub
mitt
ed b
y:
Con
tract
or:
Fie
ld
Offi
ce
Rev
iew
ed b
y:
Exhibit XIV.H
184
CITY OF CHICAGO DEPARTMENT OF TRANSPORTATION
DIVISION OF ENGINEERING
PROJECT CLOSE-OUT CHECK LIST
PROJECT NO: CONTRACT NO.: SPEC NO.: PROJECT DESCRIPTION: CONTRACTOR: RESIDENT ENGINEER:
The following Check List may be used both by the Contractor and the Resident Engineer to monitor the flow of necessary documentation to Close-Out the project.
RESPONSIBILITY: RESIDENT ENGINEER
1. Completion date Memo Completion Date Memo Date 2. Final Inspection Arranged Date of Inspection 3. Final Punch List File Letter File Letter No. Date 4. Update of Final Punch List File Letter No. Date 5. Punch List Completion Memo File Letter No. Date 6. Review of Final Quantities Contractor Date
Contractor Date Contractor Date Contractor Date Contractor Date
RESPONSIBILITY: CONTRACTOR
7. Submittal of All Materials Inspection Date 8. Submittal of As-Built Drawing to R.E. Date 9. Submittal of Approved As-Built Drawing to P.M. Date 10. Submittal of Written Guarantees Date 11. Submittal of Certified Payrolls to R.E. Date 12. Submittal of Claims Damages Date 13. Submittal of Final Quantities Date
Exhibit XIV.I
185
CITY OF CHICAGO DEPARTMENT OF TRANSPORTATION
DIVISION OF ENGINEERING
cc: Construction ManagerResident EngineerRecords/EstimateFile
Date: Tuesday, March 04, 2008 TO: Tom Warnock Records & Estimates FROM SUBJECT: Transmittal of Final Quantity Documentation
Project Description: Project No.: Contractor:
Transmitted herewith are records for the above project for use in determining final quantity payment to the Contractor. The following records are being turned over to you for use in your audit:
QUANTITY BOOKS
FIELD BOOKS
FILES
Exhibit XIV.J
186
SECTION XV: ADA GUIDELINES
GENERAL PROCEDURES
Refer to the CDOT Division of Engineering Resident Engineer ADA Flowchart for design and documentation details (Exhibit XV.A).
1. Before construction starts, the CCE is to inspect the project limits and verify that all proposed sidewalks, ramps, driveways and alleys are compliant with the Americans with Disabilities Act (ADA) according to the City of Chicago ADA Construction Standards as detailed on the City of Chicago, Department of Transportation website under the “Construction Details” link.
2. If the proposed design is not compliant, the CCE is to design the area in question according to the aforementioned standards. If the area cannot be designed in compliance with the standards, details of the area and why the standards cannot be met, along with photographs and sketches are to be submitted to the ADA Coordinator.
3. Although it is the Contractor’s responsibility to ensure that the ramp is installed correctly and compliant with the standards, the CCE must verify that the layout is correct before placement. After the installation of the ramp and/or sidewalk, the ramp must be inspected by the CCE using the ADA Check Sheet (Form QC-1) and faxed to the ADA Coordinator within 24 hours. The check sheet must be submitted for both passing and failing ramps.
4. If the QC check sheet shows that a non-compliant ramp is placed, the CCE must issue a Field Order to the Contractor to remove and replace the ramp or remedy the deficiencies within 72 hours at the Contractor’s expense.
5. CDOT QA will perform a check on the ramps with passing QC reports. If any issues are found during the QA check, these will be forwarded to the CCE. The CCE must issue a Field Order to the Contractor to remove and replace the ramp or remedy the deficiencies within 72 hours at the Contractor’s expense.
187
CDOT CCE Manual - Feb 2007
188
Project Name: Address / Intersection:
CDOT Project No: General Contractor:
Resident Engineer: Date Checked:
1. Number & Sketch the location of the ramp to be checked in Figure A.
2. If intersection sketch above does not apply, provide a sketch of your particular location.
3. Fill out table below. Provide measurement of slopes to the nearest 0.1 % and dimensions to the nearest 1/8".
4. Place level at preset locations shown in Figure B.
5. If slope reading exceeds limits, check for 1/4" max. gap under a 4-ft level resting on highspots. If gap is greater than 1/4" the ramp is not compliant.
Chicago Department of TransportationResident Engineer ADA Check Sheet
FORM QC-1
Instructions:
Ram
p#
Date
Plac
ed
#1Cu
rbRa
mp
Runn
ing
Slop
e
7%prefered, 8
.33%
max.
0.4%
constructio
ntolerance.
#2Cu
rbRa
mp
Cros
sSl
ope
1.6%
preferred,
2%max.
0.4%
constructio
ntolerance.
#3Cu
rbRa
mp
Wid
th
48" m
in.
1"constructio
ntolerance.
#4Cu
rbRa
mp
Side
Flar
es
8.3%
preferred;
10%max.
0.4%
constructio
ntolerance.
#5De
tect
able
War
ning
Setb
ack
8"max
from
face
ofcurb.
2"constructio
ntolerance.
#6De
tect
able
War
ning
Wid
th
Fullwidth
oframp.
1"constructio
ntoleranceper side
#7De
tect
able
War
ning
Dept
h
24" m
in.
1/4"constructio
ntolerance.
#8Fl
ush
Tran
sitio
ns
Prefer
nochange
inlevel.
1/4"max.
Providemax. lipheight.
#9De
pres
sed
Curb
Slop
e(R
amp
Side
)
5%preferred.
8.3%
max.
#10
Gutt
erCo
unte
rSl
ope
(Str
eet S
ide)
5%max.
0.4%
constructio
ntolerance.
#11
Top
Land
ing
-48" m
in. (1"constructio
n
tolerance)
orside
flaresmustbe
8.3%
slope
max.
Providemeasuredlandingdepth.
#12
Cons
truc
tion
Join
ts
lessthan
1/2"max.
1/4"constructio
ntolerance.
Additional Check Items Yes No
1. Max. Sidewalk Cross Slopes 2%?
2. Ramp Landing slope less than 2% all directions?
3. Less Than ¼” Lip of Asphalt at Gutter Edge?
4. Detectable Warning tiles fit tight (no gaps)?
Check if deficiencies were encountered:
Status/Action Required:
Date:
Date:CDOT Resident Engineer Signature:
Resident Engineer Signature:
FIGURE A FIGURE B FIGURE C
3ww/4 w/4 w/4 w/4
1 1 1
1 1
22
22
ll/ 3
l/ 3l/ 3
10
1
9
10
9
10
944
3ww/4 w/4 w/4 w/4
1 1 1
1 1
22
2222
ll/ 3
l/ 3l/ 3
1010
11
99
1010
99
1010
994444
8
6
7
5
11
Edge of Pavement
Face of Curb
Back of Curb
12
88
6
7
5
11
Edge of Pavement
Face of Curb
Back of Curb
12
Rev 8-30-06
Exhibit XV.B
189
SECTION XVI: JOC CONTRACTS AND TERM AGREEMENT CONTRACTS
GENERAL PROCEDURES
The chart below indicates the CCE procedures for JOC Contracts and Term Agreement Contracts. The applicable sections in CCE manual shall be followed for all categories indicated with an 'x'. The procedures for the categories indicated with an 'o' shall be performed as shown in the individual sections following the chart.
JOC Contracts Term Agreements Master File System ..................................................................................... x .................................... x
Submittals.................................................................................................... x .................................... x
Standard File Letters: Substantial Completion .......................................................................... x .................................... x Interim Substantial Completion (Milestones) ......................................... x .................................... x Punch List Completion ........................................................................... x .................................... x Field Orders ........................................................................................... x .................................... x EEO Status ............................................................................................ x .................................... x DBE Status............................................................................................. o. ................................... o MBE/WBE Status ................................................................................... o .................................... x Award Criteria Status ............................................................................. x .................................... x Chicago Residency Requirements......................................................... x .................................... x Meeting Minutes (other than CRM)........................................................ x .................................... x
General use of Database ............................................................................ x .................................... x
Distribution of Correspondence .................................................................. x .................................... x
Field Orders ................................................................................................ x .................................... x
RFIs............................................................................................................. x .................................... x
Construction Review Meetings ................................................................... x .................................... x -Examples of minutes from a JOC Contract and a Term Agreement Contract are shown in Exhibits XVI.A and XVI.B.
PCMs........................................................................................................... o .................................... o
RONs........................................................................................................... o .................................... x
Line Item Changes ...................................................................................... o .................................... o
Pay Estimates ............................................................................................. o .................................... x
Material Placement Notifications................................................................. x .................................... o
190
JOC Contracts Term Agreements
Inspection Procedures/Material Inspection for Individual Items General Inspection ................................................................................... x .................................... o Concrete................................................................................................. x .................................... o Asphalt ................................................................................................... x .................................... o Reinforcing Steel.................................................................................... x .................................... o Structural Steel....................................................................................... x .................................... o HMA ....................................................................................................... x .................................... o Caissons ................................................................................................ x .................................... o Granular Materials.................................................................................. x .................................... o Miscellaneous Materials......................................................................... x .................................... o Landscaping........................................................................................... x .................................... o
Punch list..................................................................................................... x .................................... x
Minority Reporting ....................................................................................... x .................................... x
Documentation Progress/Final Documentation............................................................... x .................................... x Daily Log ................................................................................................ x .................................... x Turn in Final Boxes ................................................................................ x .................................... x Payment for Off-Site Material................................................................. x .................................... x Weekly Reports........................................................................................... x .................................... x
ADA Procedures ......................................................................................... x .................................... x
Consultant Policies...................................................................................... x .................................... x
Consultant Billing ........................................................................................ x .................................... x
DBE Status:
JOC Contracts and Term Agreement Contracts: The Contractor is not required to track and report the status of their DBE participation. This is only required on projects with Federal cost participation.
MBE/WBE Status:
JOC Contracts: The contractor is required to track and report the status of their MBE/WBE participation, however the minimum requirements are typically 35% MBE and 7% WBE. The reporting process shall be the same as Section IV of this Manual.
PCMs:
JOC Contracts: PCMs are not required for JOC Contracts. Additional work must be identified in the field and the Project Manager must be notified prior to authorizing the contractor to perform extra work. The contractor must submit a price proposal or an extra work invoice in order to be reimbursed for the work. The proposal or invoice must be checked for accuracy and initialed by the CCE and processed through the Project Manager.
191
Term Agreements: If a project requires a Net-Effect PCM, the same procedures shall be followed as indicated in Section IX of this Manual, however a Line Item Change is not required.
RONs:
JOC Contracts: RONs are not applicable to JOC Contracts.
Line Item Changes:
JOC Contracts and Term Agreement Contracts: Quantities which are in addition (or have been deleted) from the work must be tracked by the CCE, however Line Item Changes are not required to be processed for the changes. The Project Manager must be notified of any increased quantities and they shall be paid for under the contract unit price.
Pay Estimates:
JOC Contracts: Pay Estimates for JOC Contracts are not processed in the CDOT Database. The contractor must submit an invoice for work performed and it shall be reviewed and agreed upon by the CCE. Once the amount is final, it shall be transmitted to the Project Manager for processing. The CCE must indicate any Liquidated Damages directly on the contractor's invoice prior to turning it in.
Inspection Procedures/Material Inspection for Individual Items (all items):
Term Agreements: In addition to the requirements of Section XI of this Manual, the CCE must track the quantities indicated on the approved RFIMs and compare them to the various "tasks" of each Term Agreement. The cumulative amount of material placed between all "tasks" must not exceed the inspected quantity on the RFIM. If the quantity goes over, an additional RFIM must be submitted for approval.
Material Placement Notifications:
Term Agreements: Material Placement Notifications shall be entered online as indicated in the applicable portions of Section XI of this Manual. While entering the placement data for a Term Agreement, the CCE must enter the project number of the "parent project" and not the individual "task" project number. *
*Note: All Term Agreement Contracts should be tracked separately. The only items entered as the "Parent Project" should be the Material Placement Notifications.
192
CITY OF CHICAGO F.H. Paschen, S.N. Nielsen DEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERINGJOC: Madison - Pulaski to KildareB-0-219ACONSTRUCTION REVIEW MEETING: NO. 11Tuesday, July 31, 2007
CONTENTSA. SCHEDULEB. COST STATUSC. SUBMITTALS / RFISD. EEO / TRAINEESE. SAFETY / TRAFFIC CONTROLF. OUTSTANDING ISSUESG. MATERIAL INSPECTIONH. PUNCH LIST
ATTACHMENTSAttendance ListIncoming Correspondence LogSubmittal LogContractor's Two Week Look Ahead Schedule
IN ATTENDANCERefer to attached roster.
Date of Next Construction Review Meeting:Meeting Time:
Tuesday, August 14, 2007 10:00 AM
A. SCHEDULE
1 Days Out: 362NTP/ORIGINAL COMPLETION DATE/DURATION Friday, March 09, 20077/31/2007 Notice to Proceed: March 9, 2007
Original Completion: July 3, 2007Original Duration: 116 days
2 Days Out: 362REVISED COMPLETION DATE/DURATIONFriday, March 09, 20077/31/2007 Notice to Proceed: March 9, 2007
Revised Completion: July 26, 2007Revised Duration: 139 daysSecond Revised Completion: August 7, 2007Second Revised Duration: 151 daysThird Revised Completion: August 10, 2007Third Revised Duration: 154 days
3 Days Out: 362PROJECTED COMPLETION DATE/DURATIONFriday, March 09, 20077/31/2007 Projected Completion: August 10, 2007
Projected Duration: 154 Days 4 Days Out: 362PERCENTAGE COMPLETEFriday, March 09, 20077/31/2007 Days Used:
Complete All Work: 144/154
Percentage of Days:Complete All Work: 94.0%Actual Work Complete (E.T.D.): $2,192,444.74/3,087,950.34Percentage Complete All Work: 71.0%`
5 Days Out: 362
Exhibit XVI.A
193
DAYS AHEAD/BEHINDFriday, March 09, 20077/31/2007 Days Ahead/Behind:
Based on the most current schedule, submitted July 24, 2007 with the proposed 3 day extension, the project is approximately 1 week behind schedule. This does not include the vault at 4032 W. Madison or the lighting.
6 Days Out: 362PROJECTED WORKFriday, March 09, 20077/31/2007 See contractor's two week look ahead schedule attached.
B. COST STATUS
1 Days Out: 362BID AMOUNTFriday, March 09, 20077/31/2007 Award Amount: $3,087,950.34 2 Days Out: 362CONTRACT MODIFICATIONSFriday, March 09, 20077/31/2007 None at this time. 3 Days Out: 362CURRENT CONTRACT VALUE (1+2)Friday, March 09, 20077/31/2007 Current Contract Value: $3,087,950.34 4 Days Out: 362PROJECTED CHANGESFriday, March 09, 20077/31/2007 Unknown vault/foundation removal on south Keeler and south Karlov: $4,060.00 (estimate)
Unknown foundation removal on north Karlov: $2,030.00 (estimate)Sign Installation: $73,500.00 (estimate)Resurfacing: ?Extend removal limits on northeast Karlov to back of sidewalk: $5,500.00 (estimate)Utility work in Diana's vault: $31,000.00 (estimate)Asphalt patching at curb lines: $35,560.00 (estimate)
5 Days Out: 362WORKING ESTIMATE (3+4)Friday, March 09, 20077/31/2007 Total: $3,239,600.34 6 Days Out: 362PROPOSAL STATUSFriday, March 09, 20077/31/2007 Outstanding Proposals: Proposal for b-box search needs to be submitted. Sign Installation - has been submitted,
waiting on CDOT approval. Quantities for signage proposal included Kostner to Kildare. CDOT will provide correct quantities and FHP will resubmit proposal.Extra sidewalk on north east leg of Karlov has been submitted by FHP.Utility work at Diana's vault has been submitted by FHP.Asphalt patching along curb line has been submitted by FHP.Replace existing traffic signal pole at the southwest corner of Keeler and Madison has been submitted by FHP.Replace two square electrical manhole lids with round lids has been submitted by FHP.
7 Days Out: 362PROGRESS PAYMENTSFriday, March 09, 20077/31/2007 First payment = 8% = $247,036.03.
Second payment = 17% = $524,951.56 - $247,036.03 = $277,915.53Submitted third bill at 40% of contract value = $1,235,180.14Third payment will be $1,235,180.14 - $524,951.56 = $710,228.58FHP has received first two checks. Still waiting on third payment.Fourth payment will be $2,192,444.74 - $1,235,180.14 = $957,264.60 bringing the total payments to 71% of contract value.
C. SUBMITTALS / RFIS
1 Days Out: 362
Exhibit XVI.A
194
CURRENT SUBMITTALSFriday, March 09, 20077/31/2007 See attached submittal log.
Need RFIM for planting soil.Horizon has determined what product to use. FHP will resubmit for approval.
2 Days Out: 362OUTSTANDING RFIsFriday, March 09, 20077/31/2007 CCE brought up the issue of whether or not the tree grates should be cut to fit around larger diameter trees. Larry
Brenner looked into this. The grates are to be cut to fit around larger trees. Make the opening diameter four inches bigger than the tree diameter. SCS will order new tree grates with larger openings instead of cutting.
FHP is to notify DOWM when they are going to start digging the trench for the new water valve at 402 W. Madison. DOWM needs at least 3 days to prepare. Tuesdays and Wednesdays are the best days for DOWM to do their work. Jersey wall will be used to barricade the excavation. Bill Bonoma will check on the availability of the brick layers who will build the valve basin and let CCE know.
There is a dead tree at 4017 W. Madison St. Obi will look into getting this tree replaced. 3 Days Out: 362INSURANCE AND PERMITSFriday, March 09, 20077/31/2007 All permits have been received.
D. EEO / TRAINEES
1 Days Out: 362OUTSTANDING CERTIFIED PAYROLLSFriday, March 09, 20077/31/2007 Certified payrolls have been submitted through 5/6/2007. Continue to submit to RE.
E. SAFETY / TRAFFIC CONTROL
1 Days Out: 362TRAFFIC CONTROL ISSUESFriday, March 09, 20072 Days Out: 362ADA RAMPSFriday, March 09, 20077/31/2007 South side
Kildare - all ramps poured. SEX-N ramp #8,9,10Keeler - all ramps poured. OK.Karlov - all ramps poured. SWX-E ramp #9,10; SEX-N #10Pulaski - SWX poured on 7/23/07.
North SideKildare - all ramps poured. OK.Keeler - all ramps poured. NEX-W #10Karlov - all ramps poured. OK.Pulaski - all ramps poured.
F. OUTSTANDING ISSUES
1 Days Out: 362OUTSTANDING ISSUESFriday, March 09, 20077/31/2007 Five more field orders were issued by BOE. John Cecchin will look into these and decide how to proceed.
G. MATERIAL INSPECTION
1 Days Out: 362MATERIAL PLACEMENT NOTIFICATIONSFriday, March 09, 2007
Exhibit XVI.A
195
7/31/2007 RE must be informed of all concrete and asphalt placements regardless of the quantity. If not notified, you cannot pour. Please give notifications to CCE by noon the day before placement. Must notify RE immediately if a scheduled pour is cancelled for any reason so we can inform the testing company.
H. PUNCH LIST
1 Days Out: 362PUNCH LISTFriday, March 09, 20077/31/2007 None.
JOC: Madison - Pulaski to Kildare
Exhibit XVI.A
196
CITY OF CHICAGO Sumit Construction Company, Inc. DEPARTMENT OF TRANSPORTATIONDIVISION OF ENGINEERINGADA Ramp Program, Term Agreement, Near South AreaB-7-137CONSTRUCTION REVIEW MEETING: NO. 14Thursday, November 15, 2007
CONTENTSA. SCHEDULEB. COST STATUSC. SUBMITTALSD. EEO/TRAINEESE. DBE STATUSF. SAFETY/TRAFFIC CONTROLG. OUTSTANDING ISSUESH. MATERIAL INSPECTIONI. PUNCH LIST
ATTACHMENTSAttendance ListRFI's (Outstanding)Submittals (Outstanding Reviews)Submittals (Outstanding Contractor)Incoming Correspondence LogPCM LogContractor's 2-week ScheduleEEO Status Report
IN ATTENDANCERefer to attached roster.
Date of Next Construction Review Meeting:Meeting Time:
Thursday, November 29, 2007 9:00 AM
A. SCHEDULE
1 Days Out: 201NTP/ORIGINAL COMPLETION DATE/DURATIONFriday, August 17, 200711/15/2007 TASK ORDER A
-Task Order Start: August 13,2007 -Task Order End: October 01, 2007 -Task Order Duration: 50 Calendar Days
TASK ORDER B -Task Order Start: August 20, 2007 -Task Order End: October 08, 2007 -Task Order Duration: 50 Calendar Days
TASK ORDER C -Task Order Start: September 24, 2007 -Task Order End: October 28, 2007 -Task Order Duration: 35 Calendar Days
TASK ORDER D -Task Order Start: September 24, 2007 -Task Order End: October 28, 2007 -Task Order Duration: 35 Calendar Days
2 Days Out: 201REVISED COMPLETION DATE/DURATIONFriday, August 17, 200711/15/2007 No Revisions
All Task Orders complete by 11/02/2007 3 Days Out: 201PROJECTED COMPLETION DATE/DURATIONFriday, August 17, 2007
Exhibit XVI.B
197
11/15/2007 TASK ORDER A -Projected Substantial Completion: October 01, 2007 -Projected Duration: 50 Days
TASK ORDER B -Projected Substantial Completion: October 08, 2007 -Projected Duration: 50 Days
TASK ORDER C -Projected Substantial Completion: October 28, 2007 -Projected Duration: 35 Days
TASK ORDER D -Projected Substantial Completion: November 02, 2007 -Projected Duration: 40 Days
4 Days Out: 201PERCENTAGE COMPLETEFriday, August 17, 200711/15/2007 TASK ORDER A
-Days Used: Complete All Work: 50/50 -Percentage of Days: Complete All Work: 100.0% -Actual Work Complete(E.T.D): $179,600.00/$199,556.00 Percentage Complete All Work: 90.0%
TASK ORDER B -Days Used: Complete All Work: 50/50 -Percentage of Days: Complete All Work: 100.0% -Actual Work Complete(E.T.D): $101953.00/$113,281.00 Percentage Complete All Work: 90.0%
TASK ORDER C -Days Used: Complete All Work: 38/35 -Percentage of Days: Complete All Work: 100.0% -Actual Work Complete(E.T.D): $0.00/$87,408.00 Percentage Complete All Work: 0.0%
TASK ORDER D -Days Used: Complete All Work: 39/35 -Percentage of Days: Complete All Work: 100.0% -Actual Work Complete(E.T.D): $0.00/$56,829.00 Percentage Complete All Work: 0.0%
5 Days Out: 201DAYS AHEAD/BEHINDFriday, August 17, 200711/15/2007 TASK ORDER A
-11 Days Behind
TASK ORDER B -17 Days Behind
TASK ORDER C -5 Days Behind
TASK ORDER D -5 Days Behind
Exhibit XVI.B
198
6 Days Out: 201PROJECTED WORKFriday, August 17, 200711/15/2007 TASK ORDER A
-See Attached Look-Ahead Schedule
TASK ORDER B -See Attached Look-Ahead Schedule
TASK ORDER C -See Attached Look-Ahead Schedule
TASK ORDER D -See Attached Look-Ahead Schedule
B. COST STATUS
1 Days Out: 201BID AMOUNTFriday, August 17, 200711/15/2007 Award Amount: $10,312,560.00 2 Days Out: 201CONTRACT MODIFICATIONSFriday, August 17, 200711/15/2007 None to Date 3 Days Out: 201CURRENT CONTRACT VALUE (1+2)Friday, August 17, 200711/15/2007 Current Contract Value: $10,312,560.00 4 Days Out: 201PENDING PCMsFriday, August 17, 200711/15/2007 PCM 1 - Vaulted Sidewalk: $4,875.00 5 Days Out: 201PROJECTED CHANGESFriday, August 17, 200711/15/2007 None 6 Days Out: 201RONs IN PROCESSFriday, August 17, 200711/15/2007 None 7 Days Out: 201WORKING ESTIMATE (3+4+5+6)Friday, August 17, 200711/15/2007 Total: $10,317,435.00 8 Days Out: 201PROPOSAL STATUSFriday, August 17, 200711/15/2007 Outstanding Proposals:
None 9 Days Out: 201CONTRACT MODIFICATION STATUSFriday, August 17, 200711/15/2007 None 10 Days Out: 201PROGRESS PAYMENTSFriday, August 17, 200711/15/2007 Pay Estimate #1 submitted 10/19/07
Pay Estimate #2 submitted 11/02/07
C. SUBMITTALS
Exhibit XVI.B
199
1 Days Out: 201CURRENT SUBMITTALSFriday, August 17, 200711/15/2007 See Attached Log 2 Days Out: 201OUTSTANDING RFIsFriday, August 17, 200711/15/2007 See Attached Log 3 Days Out: 201INSURANCE AND PERMITSFriday, August 17, 200711/15/2007 Insurance:
- Copies received by CCE
Permits:Task Order A -Permits on file valid between August 15, 2007 to October 15, 2007
Task Order B -Permits on file valid between August 15, 2007 to September 15, 2007.
D. EEO/TRAINEES
1 Days Out: 201CONTRACT MINORITY GOALFriday, August 17, 200711/15/2007 Minority Journeyworker Goal: 50%
Minority Apprentice Goal: 50%Minority Laborer Goal: 50%
2 Days Out: 201CONTRACT FEMALE GOALFriday, August 17, 200711/15/2007 Female Journeyworker Goal: 0%
Female Apprentice Goal: 0%Female Laborer Goal: 0%
3 Days Out: 201MINORITY PERCENTAGE TO DATEFriday, August 17, 200711/15/2007 Minority Journeywroker Goal: 0%
Minority Apprentice Goal: 0%Minority Laborer Goal: 0%
4 Days Out: 201FEMALE PERCENTAGE TO DATEFriday, August 17, 200711/15/2007 Female Journeyworker Goal: 0%
Female Apprentice Goal: 0%Female Laborer Goal: 0%
5 Days Out: 201OUTSTANDING CERTIFIED PAYROLLSFriday, August 17, 200711/15/2007 Sumit: Week Ending 10/20, 10/27, 11/03, 11/10 6 Days Out: 201OUTSTANDING UTILIZTION REPORTSFriday, August 17, 200711/15/2007 Sumit: August, September 7 Days Out: 201TRAINEESFriday, August 17, 200711/15/2007 None to report to date
E. DBE STATUS
Exhibit XVI.B
200
1 Days Out: 201ORIGINAL/REVISED CONTRACT AMOUNTFriday, August 17, 200711/15/2007 Original Contract Amount: $10,312,560.00
Revised Contract Amount: NONE2 Days Out: 201CONTRACT PERCENTAGE GOALFriday, August 17, 200711/15/2007 MBE: 24.0%
WBE: 4.0%Chicago Residency: 50% of the Total Hours
3 Days Out: 201ORIGINAL/REVISED MBE/WBE AMOUNTFriday, August 17, 200711/15/2007 Original MBE Amount: $4,000,000.00
Original WBE Amount: $412,760.00Revised MBE Amount: NONERevised WBE Amount: NONE
4 Days Out: 201MBE/WBE AMOUNT TO DATEFriday, August 17, 200711/15/2007 MBE Amount to Date: $0.00
WBE Amount to Date: $0.005 Days Out: 201MBE/WBE/CHICAGO RESIDENCY PERCENTAGE TO DATE (ORIGINAL/REVISED)Friday, August 17, 200711/15/2007 MBE Percentage to Date(Original): 0%
MBE Percentage to Date(Revised): 0%WBE Percentage to Date(Original): 0%WBE Percentage to Date(Revised): 0%Chicago Residency: 0%
F. SAFETY/TRAFFIC CONTROL
1 Days Out: 201TRAFFIC CONTROL ISSUESFriday, August 17, 200711/15/2007 1. Maintain ADA compliant access to businesses.
2. Barricades around areas not backfilled.3. Keep corners clean of any excess barricades or construction materials.4. Make sure signage makes sense.
2 Days Out: 201ADA RAMPSFriday, August 17, 200711/15/2007 TASK ORDER C
Open Ramps: - NoneDeficient Ramps: -See Attached Sheet
TASK ORDER DOpen Ramps: -NoneDeficient Ramps: -See Attached Sheet
G. OUTSTANDING ISSUES
1 Days Out: 201OUTSTANDING ISSUES Friday, August 17, 200711/15/2007 1. Submittals- see attached sheet
2. Deficiences
Exhibit XVI.B
201
H. MATERIAL INSPECTION
1 Days Out: 201MATERIAL PLACEMENT NOTIFICATIONSFriday, August 17, 200711/15/2007 CONCRETE
-11/13/2007
HMA
I. PUNCH LIST
1 Days Out: 201PUNCH LISTFriday, August 17, 200711/15/2007 None
ADA Ramp Program, Term Agreement, Near South Area
Exhibit XVI.B
202
SECTION XVII: CONSULTANT POLICIES
A. PHONES AND VOICE MAIL
1. All field telephones are to be answered:
”CDOT, [Project] field office”.
For example, the North Avenue Bridge project will answer phones, “CDOT, North Avenue field office.”
2. All voicemail and/or answering machines are to reference only the DOE. The consultant’s firm name is not to be part of the message.
3. It is mandatory that all key consultant construction management personnel keep their phones and radios on 24 hours a day, seven days a week. Calls to the CCE must be responded to immediately.
B. VACATIONS AND ABSENCES
The CDOT Resident Engineer and Construction Manager are to be notified of absences and/or vacations for the CCE Resident Engineer and Assistant Resident Engineer. Notification of vacations of more than two days is to be submitted in writing two weeks in advance of the vacation. The name and the contact information of the person replacing the absent person must also be provided at that time.
C. EMERGENCIES
1. An emergency contact list is to be prepared at the start of the project and distributed to all key CDOT and CCE personnel. The list is to be generated from the CDOT Construction Management Website, and updated every month and/or as required.
2. In the event of an emergency the CCE is to make sure that the immediate situation is under control (a 911 call has been placed, streets and/or sidewalks are closed to the general public, and, if necessary, the area around the site has been evacuated) and then contact the key CDOT personnel.
3. For a long-term emergency situation, a member of the CCE field staff is to be designated as “time keeper” and note all major events and the times at which they occurred (e.g., what time the Fire Department arrived at the site).
4. A formal report is to be submitted to CDOT within 24 hours of the conclusion of the emergency (or sooner if so requested).
D. CONSULTANT COMPUTER POLICY
1. The computers provided for the field office are to be used for work-related issues only. No personal entertainment software or games are to be installed on the computers. All games (including games installed as a part of Windows) must be deleted from the hard drive.
203
2. Internet access shall be limited to work-related issues.
3. E-mail and use shall be limited to work-related issues only.
4. No computer or other hardware (with the exception of laptop computers) is to be taken home.
5. Care is to be taken to keep all computers in top running condition. This includes keeping the computers clean, periodically maintaining the hard drive through the use of the built-in tools, and avoiding unnecessary abuse of the computer. Project-related files shall be backed up weekly and stored off-site.
E. CONSULTANT OVERTIME POLICY
1. It is the consultant’s responsibility to manage hours efficiently to stay within their budget. The fact that a Contractor is working overtime is not a valid reason to overrun the budget.
2. At the inception of the project, the CCE is to prepare projected monthly time expenditures for each staff member. The projection is to be submitted to the Construction Manager for review and approval.
3. Overtime should be minimized as much as possible. When feasible, a person working on a weekend should be given a day off during the week to minimize overtime.
4. The CCE Resident Engineer should be fiscally responsible when assigning overtime work. For example, it is unlikely that the RE would need to be present for Sunday sod placement.
204
SECTION XVIII: CONSULTANT REPORTS / INVOICING
A. CONSULTANT COST STATUS REPORT
1. The CCE must submit a Cost Status Report using the provided spreadsheet (see Exhibit XVIII.A) monthly during project construction.
2. This report includes CCE percent of budget expended to date and CCE percent of days used to date. In general, the CCE budget percentage should not exceed the days used percentage.
3. If the CCE budget percentage does exceed the days used percentage, a detailed proposal of how the CCE plans to complete their contract requirements within budget must be submitted to CDOT for review.
4. The Cost Status Report is submitted directly to the Construction Manager and the Project Manager.
B. CONSULTANT INVOICING
1. Every CCE payment voucher must contain one original and three copies of the entire bill package.
2. The bill package consists of three items: a five-leaf voucher (one original and four carbon pages, supplied by CDOT), a summary page of the bill and all proper documentation. The summary page should be on company letterhead and include the total labor charge; overhead burden and fringe; fixed fee; amount of work done by subconsultants; direct costs and total amount due on the invoice and to date.
3. All items in the billing summary must be properly documented. Missing or insufficient documentation will cause the invoice to be returned to the CCE for correction and subsequently delay payment.
205
Exhibit XVIII.A
206
Exhibit XVIII.A
207
Exhibit XVIII.A
208
Exhibit XVIII.A
209
Exhibit XVIII.A
210
Exhibit XVIII.A
211
APPENDIX
COMMON ACRONYMS
BC .........................................................................................................................Bureau of Construction (IDOT)
BOE....................................................................................................................................... Bureau of Electricity
CCE................................................................................................................. Consultant Construction Engineer
CDOT ....................................................................................................... Chicago Department of Transportation
CM........................................................................................................................................Contract Modification
CPO..............................................................................................................................Chief Procurement Officer
CRM ........................................................................................................................Construction Review Meeting
CTA ...............................................................................................................................Chicago Transit Authority
DBE.............................................................................................................. Disadvantaged Business Enterprise
DOE...................................................................................................................................Division of Engineering
EEO......................................................................................................................Equal Employment Opportunity
FTA................................................................................................................................. Federal Transit Authority
IDOT............................................................................................................ Illinois Department of Transportation
MBE..........................................................................................................................Minority Business Enterprise
MFS.........................................................................................................................................Master File System
NTP ...........................................................................................................................................Notice to Proceed
PCM ................................................................................................................... Proposed Contract Modification
QA ............................................................................................................................................ Quality Assurance
QC..................................................................................................................................................Quality Control
RFI....................................................................................................................................Request for Information
RFP ......................................................................................................................................Request for Proposal
RFQ.............................................................................................................................. Request for Qualifications
RON ....................................................................................................................................Record of Negotiation
WBE ............................................................................................................ Woman-Owned Business Enterprise
212