Documente Academic
Documente Profesional
Documente Cultură
TABLE OF CONTENTS
END OF SECTION
1.2 DEFINITIONS
• 7460 - A form required by Federal Aviation Regulation (FAR) Part 77 and Airport Grant
Assurances for all construction on an Airport that needs to be submitted and approved by
the FAA prior to project commencement. Even if the proposed improvement is depicted on
the approved Airport Layout Plan (ALP) a 7460-1 is required.
• 90 Day Forecast List - This process requires the project opportunity to be advertised to the
public for 90 days on the Future Opportunities Section of the Business Opportunities
Webpage on the airport’s website before the formal advertisement of the RFP.
o Accepted Shop Drawings
• Act of God - An unforeseeable, inevitable event caused by natural forces over which a
contract party has little or no control. Examples are windstorms, floods, earthquakes, and
lightning strikes.
• Activity - The work items that are the basic component of the project
• Activity Schedule - Method for monitoring the process and determining the completion
date of the overall project.
• Addendum - Official document issued by DIA to change any part of the contract documents
during the bid phase of a project.
• Additional Service Authorization - Is a pre-approved amount included in the original
professional services contract and encumbered upon execution of the original contract with
the Consultant.
• Administrative Modifications - Formal requests to the City and County Development
Services to modify existing building code requirements.
• Agreement – The terms agreement and contract are used somewhat interchangeably.
However, generally an agreement is the formal executed document for Professional
Services projects. For the purposes of this guideline, the term contract will be used for
either a construction contract or a professional services agreement.
• Airfield Shutdown Request - All work performed on the airfield side of the Airport requires
an airfield shutdown request. This could include but is not limited to work associated with
runways, taxiways, airfield roadways, apron pavement, airside underground utilities,
taxiway lighting, deicing systems, etc.
• Airport Capital Improvement Program (ACIP) - A program developed by the FAA that
contains a list of projects that will be funded by the FAA.
• Airport Layout Plan (ALP) - A scaled drawing (or set of drawings), in either traditional or
electronic form, of existing and proposed land and facilities necessary for the operation and
development of the airport. AC 150/5070-6 contains guidance on the development of ALPs,
as well as a detailed listing of the various components that constitute a well-appointed ALP
• Alfresco – A hierarchical workflow tracking and execution data management system.
• Allowance - A designated monetary amount associated with specific activities or items that
are required for the construction of a project, but where a total cost can’t be clearly defined
or established at the time the project is being bid (e.g. welding inspections costs, permit
costs, outside utility design, etc.).
• Amendment - Used to increase the contract amount of an existing contract issued through
a Request for Proposal.
• Apparent Best Proposer - Company selected by the Selection Committee based on their
qualifications and/or interview, for contract negotiations.
• Area District Office - District offices established by the FAA that oversee Airport for a
specific area.
• Audit - Audits of the quality of the design management process and performance may be
conducted on any Project at any phase of design services performed on a Project. An audit
can be classified as either an internal audit or an external audit.
• Baseline Schedule - The schedule that has been accepted to represent the initial series of
activities and milestones prior to any progress or change of plan.
• Basis of Estimate - The summary of specific information utilized in developing an estimate.
• Benefit Cost Analysis - an analysis prepares by a grant application and submitted to the FAA
for each project over $10,000,000.00.
• Bid Tabulation Form - The Project Manager determines an estimated value for the
Allowance and enters it on the Bid Tabulation Form. Allowances are shown on the Bid
Tabulation Form as a separate line item or line items. The Project Manager shall specify the
detailed activities associated with Allowances in the technical specifications and on the Bid.
• Budget – The estimated total cost of the project including any allowances or contingencies.
• Building Cashier Label - An invoice from the Development Services Coordinator identifying
costs associated with the City and County of Denver’s Plan Review and Construction
Permits. It is attached to the Interagency Budget Transfer (IBT) form.
• Building Permits - A formal document issued by the City and County of Denver that is
required for all modifications or additions to DIA property, infrastructure, buildings, or
systems.
• Business Case - The tool used for developing the project definition.
• Calendar Days - Every day shown on the calendar including Saturdays, Sundays and
holidays.
• Capital Improvement Program - A six (6) year improvement program develop by DIA that
includes estimated costs for all new development, redevelopment, and expansion projects
at DIA.
• Categorical Exclusion (CatEx) - One of the three categories that fall under a NEPA project
that is submitted to the FAA. Assume 90 days for the FAA to approval.
• Certificate of Compliance - A document issued by the City and County of Denver’s
Development Services Building Inspector which verifies that all building permits have been
finalized.
• Certificate of Occupancy - A document issued by the City and County of Denver’s
Development Services Building Inspector which allows occupancy and operational use of a
facility.
• Change Notice (CN) - A Change Notice (CN) Form CM-20 is the standard method by which
the city notifies a Contractor of the city’s intent to change the contract/project and to
request the Contractor submit a cost and schedule proposal for the specific change(s). This
method is used when time is not of the essence.
• Change Order (CO) - Change Order (CO) Form CM-21 (and Change Order Directive (COD)
Form CM-21) are the only mechanisms for revising contract terms, dollar amounts, and
contract duration(s). A Change Order is a written instrument signed by the Senior Director,
other designated parties, and the Contractor, that contains their agreement upon all of the
following matters:
o The change(s), addition(s) or deletion(s) to the Work;
o The amount of the adjustment in the Contract Amount, if any; and
• Construction Contracts - The agreement that lays out terms for the construction phase of a
project.
• Construction Documents - drawing, plans, specifications etc. associated with the
construction of a project.
• Construction Management - The process for managing the construction of a Project.
• Construction Manager / General Contracting (CMGC) - A project delivery method where
the design services and construction services are contracted separately.
• Construction Safety and Phasing Plan (CSPP) - A specific safety and project construction
phasing plan to be submitted to the FAA along with plans and specifications for review prior
to the construction of an approved FAA funded project.
• Consultant – A (or organization) with an area of expertise or professional training who
contracts to perform a service.
• Contingency – A dollar amount or percentage included in the project budget to account for
unknowns.
• Contract - The executed Contract Form and all of the Contract Documents. The terms
contract and agreement are used somewhat interchangeably. However, generally a
contract is for construction projects and an agreement for Professional Services projects.
For the purposes of this procedure manual the term contract will be used for either a
construction contract or a professional services agreement.
• Contract Amount - The total amount of money payable to the Contractor or Consultant
under the Contract.
• Contract Documents - The documents which are listed in the Contract Form. Executed
agreements, supplementary conditions, drawings, specifications, and other records specific
to a contract. The documents which are generally included are listed below:
o Advertisement of Notice of Invitation for Bid
o Instructions to Bidders
o Bid Bond
o Addenda
o Bid Forms
o Affirmative Action/SBE/MBE/WBE/DBE Documents
o Notice to Apparent Low Bidder
o Contract Form
Contractor Quality Control Plan documents how the contractor will manage, control, and
document compliance with contract provisions and specifications.
• Correspondence Tracking System - A serialized system for tracking correspondence
• Cost – The expenditure in dollars incurred over the course of a project.
• Cost Loaded – Each activity on a construction schedule that has been allocated cost
reflecting: labor, material, overhead, subcontracting or profit.
• Cost Proposal - A proposal for the cost of a given Project based on Design, Specification,
and Scope of Work.
• Critical Path Method (CPM) - A schedule where all activities are logically linked to each
other.
• Days - The consecutive calendar days unless specifically designated otherwise and includes
weekends, holidays, or days of normal inclement weather. It will be presumed that the
Contractor, at the time of bidding, took into account the number of days which might be
unavailable for Work during the Contract Time.
• Debarment - An action that prevents companies from participating in contracts or
contracting with federal or local entities.
• Defect - A “defect” is Work or the performance of Work which is not in conformance with
the Contract Documents and referenced governing codes and technical standards.
• Defect – Latent – a hidden defect. A defect that is present but not readily detectable, even
with reasonable care.
• Defect – Observable – a defect that is readily observable and discoverable or apparent by a
reasonable inspection.
• Deputy Manager - The official who reports directly to the Manager or to another official
who exercises supervisory responsibility in the City agency defined in Title 2 herein that is
responsible for the project.
• Design Analysis Programming - The phase of a project to make sure the project is designed
to meet its intended purpose. This phase is to be completed prior to initiating any activity
associated with the design of a project. It occurs when the project is 0% complete, in the
Preliminary Phase.
• Design Build (DB) - A project delivery method in which a single entity is contracted under
one contract to perform both the design and construction of a project.
• Design Contract - A legal agreement between an Owner and Consultant associated with the
consultant to provide design services for a specific amount.
• Design Development - The phase of the design that begins after the Schematic Design
documents have been reviewed, commented on, and accepted by DIA and the involved
stakeholders. During this phase the design is refined to include more details and identifies
materials, components, and systems to be incorporated into the scope.
• Design Management - The oversight of activities in the project design phases typically
required of the Director, Supervisor, and Project Manager. The purpose of design
management activities is to guide the project to successful completion.
• Design Schedule - Schedule defining the timeline and activities for the Design phase of a
Project.
• Design Standards Manual - Working documents that address the general, design, and
technical standards for all areas of design for Denver International Airport.
• Design-Bid-Build (DBB) - A project delivery method where the Owner contracts with
separate entities for both the design and the construction phase of a project.
• Designer - Also sometimes referred to as design professional, Design Consultant, or
Designer of Record. It is the Engineer or Architect who designed the project and prepared
the drawings and specifications. The Designer may be an employee of the City or may be
retained by the City as an independent Contractor under a professional services contract,
and is identified in the Contract Documents. The Designer may be requested to interpret
drawings and specifications and review and approve Shop Drawings, Product Data, Samples,
and other documents. The Designer, when directed by the City to do so, observes the Work
as it is performed, monitors critical construction activities identified in the Contract
Documents and participates in the final inspection of the Work, all in coordination with the
Project Manager. The Designer may also participate in the preparation and approval of
progress and final payment requests.
• Designer of Record - Already in the definitions section of the PMG.
• DIA Tenants - A tenant is a business, company, person or agency conducting business on
airport property. DIA categories of tenants include:
• Event - A point in time representing the intersection of two or more activities. The event
has no time duration. An event may be a milestone.
• Executive Order XO 46: State of Colorado Sales and Use Tax Exemption Policy - establishes
the policy for the State of Colorado Sales and Use tax Exemption for construction and
building materials.
• Expense – All cost items that are incurred by or are chargeable to a project or Task Order.
• FAA - The Federal Aviation Administration created under the Federal Aviation Act of 1958,
as amended, or any successor agency thereto.
• Federal Aviation Regulations - Regulation developed by the FAA for to be used for the
development, design, construction and operation of Airports.
• Final As-Built Schedule - Final "red-lined" schedule showing all actual time expended on the
Project.
• Final Completion - Occurs following Substantial Completion and when the Project Manager
confirms in writing that the Contractor has completed the Work in accordance with the
Contract, including completion of all punch list items, cleanup work and delivery of all
required owner’s manuals, guarantees, warranties, licenses, releases and other required
deliverables.
• Financial Audit - Periodically the DIA Quality Assurance Manager will perform an
operational audit on a Project Manager’s Project. The intent is to insure that the DIA Design
Standards and Project Management Guideline procedures applicable to the Project are
being performed and requisite documentation is being properly maintained current with
the present status of the Project. The audit is performed by the Quality Assurance
Manager’s Team using the QA Management Review Checklist.
• Firm Fixed Price (Hard Bid) - A defined price agreed upon between an Owner and
Contractor prior to the award of the contract. It is not subject to adjustments except for
changes anticipated in the scope of work or performance conditions and owner-ordered
extras.
• Firm Fixed Price Not-To-Exceed Value Contract - Pertains to Professional Service Contracts
where the consultant submit a firm price to perform a service but charges the work based
on hours used.
• Fixed Fee - A pricing structure that charges a single fixed rate for a service, regardless of
usage.
• Fixed price - A defined price agreed upon between an Owner and Contractor prior to the
award of the contract.
• Float - Scheduling term used to describe the amount of time a scheduled activity's start or
completion may be delayed without impacting the critical path.
• Fragnet - A very detailed portion of a CPM schedule. The Fragnet is used to analyze
portions of a schedule for change impact.
o General Conditions
• General Conditions - The General Contract Conditions defined by the City and County of
Denver ("Yellow Book").
• General Contractor - The primary contractor under contract for the Work or Project.
• General Ledger String Number - A number that represent the project budget number to be
used for O&M funded projects or items.
• Guaranteed Maximum Price (GMP) - As a specific phase of the design, as stipulated in the
contract documents, the Owner and the Construction Manager negotiate a 'guaranteed
maximum price'(GMP) for the construction of the project based on the defined scope of
work, contract documents and project schedule.
• Hard Bid - A defined price agreed upon between an Owner and Contractor prior to the
award of the contract.
• Hard Construction Cost – A cost that includes labor, equipment, material and/or Contractor
markups that represent the actual amounts paid to the construction Contractor to build the
project.
• In-House Design - Design perform by DIA staff.
• Initial Project Concept Review Meeting - A meeting initiated by the project manager at the
onset of the project lifecycle. The purpose of this meeting is to informing the appropriate
DIA personnel that a particular project has been approved to start and provide an overview
of the project and seek feedback on the project requirements.
• Interest Accrual Date - The prompt pay timeline begins on the later of the date of the
Contractor’s invoice or in the case of invoices that are not complete or responsive, the date
on which the invoice is submitted to DIA complete and responsive (known as the Interest
Accrual Date).
• Internal Budget Transfer - An internal process used by DIA to pay for plan reviews and
permit fees for projects within the City and County of Denver.
• Invitation for Bid - A formal competitive solicitation to contractors to submit a sealed bid
for a specific project based on the detailed scope of work and design and technical
specification requirements outlined in the Invitation for Bid offering documents.
• Invoice - A Contractor or Consultant's request for payment for services rendered. A proper
invoice as defined in the contracts is required before payment can be made.
• Job Hazard Analysis - Is a systematic method of analyzing, before the fact, each phase of
work to be performed to complete a contract: identifying potential hazards to a safe
operation and then developing procedures which will be used to control or remove those
hazards.
• Joint Venture - An agreement in which the parties agree to develop, for a finite time, a new
entity and new assets by contributing equity.
• Latent Defect - A latent defect is any defect that has been uncovered or discovered after
the Project has been completed and accepted by the Owner. The defect can be related to
either material, equipment and/or workmanship quality.
• Length of statute of limitations: The statute of limitations for claims concerning
construction defects is two years after the claimant knew or should have known
about a "physical manifestation" of the alleged defect. (A different statute of
limitations applies to claims based upon potential third-party liability.)
• Length of statute of repose: The statute of repose imposes an absolute bar on
claims after six to eight years (depending on when the claim arises) after substantial
completion of the construction.
• Lease Agreement - All tenant design and construction activities shall comply with the terms
and conditions set forth in the contractual agreement between the tenant and the Airport,
i.e., a “Lease Agreement”, an “Operator Agreement”, a “Site Access Permit”, or any other
form of written agreement with the Airport to conduct business at DIA.
• LEED Rating System - The LEED rating systems, created by the U.S. Green Building Council
(USGBC), are internationally accepted benchmarks for the design, construction, and
operation of high performance green buildings. The LEED rating and certification system is
the industry's gold-standard for environmentally sustainable building and is recognized
• Lump Sum Contract – A forward priced contract that establishes a single sum or several
sums for a well-defined scope of work. For construction contracts, it is usually procured
through a low-bid process. For professional services, it is usually negotiated after a firm is
selected through a qualifications based selection (QBS).
• M/WBE Participation Goal - A goal establish by the DSBO for participation M/WBE goals for
project expenditures. The participation goal is a percentage stated as the amount of project
cost performed by qualified MBE/WBE DBE firms in relation to the total overall project cost.
• Manager – Manager means the Manager of Aviation. Wherever the term Manager is used
in the Contract Documents, such term refers only to the Manager of Aviation and not to any
individual to whom the Manager has delegated authority.
• Markup - Amount added to the Work allowed for Profit.
• Master On-Call Contract/Task Order Contracts - On-call Contracts awarded to Consultants
or Contractors to create a group of pre-approved and pre-qualified entities to perform
professional services and/or construction related activities at DIA. Master On-Call Contracts
use Task Orders as a flexible streamlined procurement method to acquire professional
services and/or construction related services.
• Matman - The Materials Management Supervisor forwards the signed Spare Parts and
Overstock Log CM 65 to Material Maintenance where the information is loaded
• Maximo - Maximo is an Enterprise Asset Management System. It is designed to track Assets
and their respective locations and the cost of maintaining those Assets. Maximo will collect
data to assist you in managing and supervising work, labor, materials and failures.
• Meeting Minutes – Record of discussions between participants and serves to document
decisions reached at the meeting. Meeting minutes must be both comprehensive and
concise because they will be considered part of the official record of the project as well as
provide a record of issues and action items.
• Milestone – A selected strategic event of significant importance to the progress of the
project.
• Mitigation - Action taken to reducing the severity, seriousness, or financial impact of a
project.
• National Environmental Policy Act (NEPA) - An Act signed into law on January 1, 1970 that
establishes national environmental policy and goals for the protection, maintenance, and
enhancement of the environment. A NEPA evaluation is required for all Federal funded
projects.
• Negative Float – Scheduling term used to describe the amount of time a scheduled
activity’s start or completion has delayed the critical path.
• Negotiation Session Agreement - An agreement that reach between an Owner and a
Contractor that usually centers around additional charges associated with their scope,
estimated costs, and any request for schedule extension.
• Negotiations - Negotiations is a process to reach an equitable mutual agreement between
the Owner and the Contractor on any item related to the contract documents or project
such as proposals and changes to a contract provision.
• Non-Conformance Report (NCR) - If the Project Manager or DIA QA Inspector or Special
Inspector has discovered a defect and determined that the Contractor has violated a CCD
Building Code, FAA Regulation or believes the Non-Conformance issue is more substantial
and cannot be rectified by the Contractor without the Designer of Record (DOR) issuing a
design for, or approving a proposed remedy the Project Manager or Special Inspector will
issue a Non-Conformance Report (NCR) – Form CM 23 to the Contractor within 24 hours.
o Notice to Apparent Low Bidder
o Notice to Proceed
• Notice to Proceed - Once a contract has been executed Business Management Services will
send a Notice to Proceed to the Contractor which signifies the start of the work.
• Not-to-Exceed Contract - A cost-type contract where the contractor is compensated for
actual costs incurred plus a fixed fee subject to a ceiling price.
• On Call (Master contract) (OCM) - A contract awarded to Consultants or Contractors to
create a group of pre-approved and pre-qualified entities to perform professional services
and/or construction related activities at DIA.
• On Call Professional Services - See Master On-call/Task Order Contracts.
• On-Call Contracts - On-call Contracts are master contracts, which are awarded to
Consultants or Contractors to create a group of pre-approved and pre-qualified entities to
perform professional services and/or construction related activities at DIA.
• Operating Licenses - Licenses required for certain equipment and systems, and are issued
after certification testing has been successfully completed.
• Operational Audit - In an effort to assist the Project Manager manage his contracts, the
Airport Infrastructure Management Division’s management will periodically perform an
operational audit reviewing samples of the Project Manager’s records for timeliness of
responses, uniformity, completeness of logs, and accuracy of work product.
• Outside Consultant - Contracted staff, hired through a competitive process, to either
support DIA staff or design a project.
• Overall Project Schedule - Logic defining the total Planning, Design, and Construction
timeline and activities of a Project
• PeopleSoft - An integrated software package that provides a wide variety of business
applications to assist in the day-to-day execution and operation of business processes. Each
individual application, such as Financials, Customer Relationship Management and Human
Resources, interacts with others to offer an effective and efficient means of working and
reporting in an integrated fashion across the enterprise”
• Percent Complete – An estimate of the amount of work completed compared to the total
project.
• Performance Enhancement Plan Report (PEPR) – Formal annual evaluation developed for
employees of City & County of Denver as part of their performance review process.
• Plan Review - A review of construction plans and specification perform by the City and
County of Denver in order to ensure the project has been design using the correct and latest
codes and local requirements.
• Post Project Evaluation - A post project evaluation is done at the conclusion of each project
in order to capture events, issues and subsequent resolutions for use by Project Managers
on other projects.
• Potential Change – An identified issue for which no action has been taken. The issue may
impact the scope, schedule, or cost of a project. This item is tracked and managed by the
Project Manager.
• Potential Claim – An issue with undefined merit such as an outstanding change that is not
settled. This is an issue that has been identified by the Contractor or project team but there
is no notice and no action taken yet. This item is tracked and managed by the Project
Manager.
• Project Information Manage System - One or more software application and a methodical
process for collecting and using project information.
• Project Initiator – A person or group that requests any type of improvements, upgrades,
changes and construction of new facilities to occurs at DIA.
• Project Manager - The City representative who has day to day administrative responsibility
of the project under the Contract.
• Project Master Schedule – The complete project schedule. The schedule includes permits,
utilities, design and construction. The schedule includes the design team and construction
schedules as developed and approved.
• Project Registration (LEED) - Registration of a project serves as a declaration of intent to
certify a building or neighborhood development under the LEED Green Building Rating
Systems. Registration provides access to a variety of tools and resources necessary to apply
for LEED certification.
• Proposal - A written response to an Owner’s published requirements contained in a
Request for Proposal (RFP) or an invitation for bids.
• Punch List - During Pre-Final or Final Acceptance Inspections, work that is found to be
deficient, needing repair or in nonconformance with the contract requirements such as
loose bolts, damage, unsatisfactory workmanship, etc., is identified on a punch list.
• Quality Assurance – monitoring the quality of the Quality Control process.
• Quality Control - Monitoring and managing the quality of the work on a day-to-day basis.
• Record Drawings - All changes in CADD format in the Projects and any deviations between
the drawings and the work actually performed, no matter how insignificant, including all
clarifications made during construction based on marked-up prints, Change Directives (CD)
s, Change Orders (CO), Request for Information (RFI), drawings and other data furnished to
the Consultant by the City and City. The Consultant shall maintain on an ongoing basis from
Contractor Notice to Proceed to Construction Contract Final Completion the Record
Drawing information based upon information provided by the City. Annotations in the title
block shall be removed and “Project Record” and date of Final Construction Contract
Completion shall be entered in the Title Block.
• Recovery Schedule – A schedule developed with the addition of resources and/or working
hours or through re-sequencing of activities in order to make up lost time on a negatively
impacted schedule.
• Registered Design Professional (RDP) – The professional organization hired by the Owner
to perform the design and engineering of the project. They are responsible for developing
the Statement of Special Inspections for the project. They are something referred to the
Designer of Record. They can also be employed by the Owner to perform the special
inspections.
• Remaining Duration - The amount of time left to complete an activity or project. The
Remaining Duration is established by evaluating the remaining work to be performed and
assigning a value. The entity responsible for updating progress on the schedule will
evaluate at each update cycle.
• Request for Information (RFI) - The formal mechanism the Contractor or Consultant shall
use to submit any requests for information or clarification of Contract Drawings, Technical
Specifications, clarification of ambiguous drawings and/or language contained in the
contract, or to correct errors discovered in the contract documents or problems discovered
during construction, etc.
• Request for Proposal - A solicitation process the airport uses to advertise and elicit cost
proposals from potential Consultants or Contractors for a specific work project or service
• Request for Qualifications - A solicitation process for the pre-qualification stage of the
procurement process
• Risk - Potential loss of value
• Risk Management - The identification, assessment, and prioritization of risks
• Rough Order of Magnitude (ROM) - A rough calculation of cost based on limited
information, detail, and scope for a Project
• Safety Risk Management - A document the FAA may determine is required to be part of the
Construction Safety and Phasing Plan (CSPP). If required, both documents are submitted to
the ADO.
• Sales Tax Exemption Certificate - Allows certain materials used in the construction or
renovation of a project for a tax exempt entity to be purchased free of State, RTD, and
District sales taxes.
• Shop Drawings - Also referred to as Supplemental Drawings. Drawings, diagrams and other
data specifically prepared for the Work by the Contractor, any Subcontractor,
manufacturer, Supplier, or distributor, to illustrate some portion of the Work and which will
be used in the construction of the Work when reviewed and accepted for such use by the
Designer or the City.
• Short List - Part of a contract awarding and selection process where a list is developed by
the Owner which contains a specified group of companies which is based on their response
to published requirements.
• Six Point Inspection Plan - DIA’s Six-point inspection plan - The Project Manager's and QA
Manager’s staff ensures that the Contractor utilizes the following six-point Quality Control
inspection plan to verify the conformance of the work performed by the Contractor to the
Contract Documents. Refer to Technical Specification 014510.
• Sole Source - Goods or service only available from one source and cannot be substituted by
another.
• Special Conditions - modify and/or clarify specific provisions in the Contract Documents
and/or to modify the Standard Specifications
• Special Inspection Agency – A City and County of Denver (CCD) approved agency hired by
the Owner to manage the special inspections program and perform the required special
inspections for projects. The SIA is an extension of the CCD Building Inspection Department
and reports directly to the Building Official.
• Special Inspections Manager– The person hired by the SIA to manage and supervise the
special inspections operations of the agency. The SIM reports to the Building Official.
• Special Inspector – an individual employed by the SIA that is certified in a particular field in
construction as a special inspector. Special inspectors shall be approved in writing by the
Building Official.
• Special processes - Including, but not limited to, heat treating, hydrostatic testing, fiber
optic cable testing, cable high potential testing, and welding are accomplished by qualified
personnel properly trained and appropriately certified using written procedures prepared in
accordance with Contract Drawings, Technical Specifications and the codes and standards
referenced therein.
• Sponsor - A term the FAA uses that refers to the Owner of an airport. They may be a public
agency, a private owner, or a State entity that is associated with a public-use airport.
However, this definition is not intended to limit in any way the prevailing wage obligations
of the Contractor, as defined by federal, state or local law, or to alter the statutory rights of
Suppliers.
• System for Award Management (SAM) - Federal government website that houses
information on debarred entities.
• System Shutdown Request - Any work performed on an existing operating mechanical or
electrical system such as but not limited to: plumbing, cathodic protection, HVAC, fire alarm
and detection, fire protection, lighting, communications, data, security systems, elevators
and escalators, baggage handling system, passenger loading bridges systems and roadways
– landside.
• Task Order - Task Orders issued under the Master On-call Contract are individual contracts
awarded and are similar in nature to individual contract awarded through other Project
Delivery Methods.
• Task Order Contract - One of several "on-call" contracts procured by the City & County of
Denver that does not have a specific scope of work, but includes provisions for the Project
Manager to add work to the contract on a Task Order basis. Each Task Order includes a
defined scope, schedule, and cost for reviews.
• Tenant - Tenant is a business, company, person or agency conducting business on airport
property.
• Tenant project - A tenant project is, by definition, funded by the tenant. It does not use City
funds.
• Time and Material - A contract where the Owner agrees to pay the cost for direct labor at a
fixed rate and for all materials used at their actual costs plus an allowed agreed upon
markup amount for Contractor’s fees.
• Unit Price - A contract where estimated quantities of items included in the project are
quoted with fixed unit prices.
• Unit Price Contract - Contract type utilized for certain projects where exact quantities are
difficult to estimate. It includes an estimated quantity for various materials or construction
components to be utilized in the construction of the work, which is established by the
Designer of Record and verified by the CM. Contractors compete for the low bid through
totaling a combination quantity and pricing for each line item. Line items have an estimated
quantity and are priced on a given unit such as linear foot (LF), Square Yard (SY), Cubic Yard
(CY), etc ... or even containing Lump Sum or allowance line items.
• Value Engineering - Is defined as "the art of developing a plan to maximize value while
minimizing cost”. It is a systematic, multi-discipline approach designed to optimize the value
of each dollar spent on a project.
• Warranty period - The date the Certificate of Substantial Completion is executed serves as
the basis for initiating the warranty period per Standard Specifications for Construction
General Contract Conditions – Section 1801.4B.
• Weekly Construction Progress Meeting - The most important operational meeting between
the Contractor and the Project Manager is the Weekly Construction Progress Meeting. This
meeting is intended to foster the professional and orderly completion of the project,
addressing such topics as coordination, progress, quality, safety, open issues, and planning.
• Work - The construction and services required by the Contract Documents and includes all
labor, management, administration, supervision, materials, supplies, manufactured
components, equipment and services provided or to be provided by the Contractor to fulfill
the Contractor's obligations under the Contract.
• Work Breakdown Structure (WBS) - A coded, detailed, hierarchical configuration of all work
that must be accomplished to manage the project, providing the basic framework to plan,
manage, and execute the project
• Work Days - Business days according to the days of business conducted by the City &
County of Denver.
END OF SECTION
The latest AIM Development Organization Chart can be found on the DIA Intranet Site
at: AIM Development Organization Chart
END OF SECTION
END OF SECTION
C. PROCESS
1. N/A
D. DOCUMENT CONTROL
1. N/A
E. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Introduction 1.3 Organization Charts
END OF SECTION
END OF SECTION
END OF SECTION
confirmation the Project Controls number has been setup, the Project Manager
will setup the project folders to hold the project documents. Each project is
unique and only those folders with anticipated activity need to be setup.
3. Document Serialization- The format of the folder and document serialization is the
combination of the Project Controls Number and 4 (2 digit) level identifiers. The
required format for the project folder structure and the serialization of all
correspondence is as follows.
a. Project Controls number:
1. 3 digits alpha – DEV (AIM- Development)
2. 2 digits numeric – Year
3. 2 digits numeric – AIM Section Number
4. 1 digit alpha – FMT Sub-Section
5. 3 digits numeric – Sequentially Assigned
6. PC# Example: DEV1350A001
b. Folder Number
1. Level 1 - 2 digits to identify the Task Order # (if applicable, 00 is the default
value if no Task Order).
2. Level 2 - 2 digits to identify the individual sections, 01 - Planning, 02 -
Environmental, 03 - Design, and 04 - Construction.
3. Level 3 - 2 digits to create logical sub-sections within the Planning,
Environmental, Design, and Construction sections.
4. Level 4 - 2 digits to create detailed steps within the sub-sections.
5. The complete folder format will look as follows:
a. DEV1360A001.01.01.01.01
c. The final step in the document serialization process is to prefix the filenames
within each folder with: 01 filename, 02 filename, 03 filename, etc. Exception:
Documents that already have a specific document tracking number like Change
Orders, RFIs, & Task Orders etc. do not require an 01, 02, 03 prefix.
4. The complete folder structure outline is as follows:
5. The full list of the Project File Folders can be found in the “PM Manual” folder on the
Project Controls Section site.
E. DOCUMENT CONTROL
1. Documentation of Document Tracking System
2. Incoming Correspondence Log
3. Outgoing Correspondence Log
F. REFERENCES
1. Form link
a. Incoming Correspondence Log Form CM-56
b. Outgoing Correspondence Log Form CM-57
2. Process link
a. N/A
3. Other
a. Project Controls Section site
END OF SECTION
1.10 COMMUNICATIONS
A. BACKGROUND
1. The success of any project is ultimately determined by the Project Manager’s ability
to communicate effectively, internally and externally. This includes with his staff,
DIA division and section managers, the Contractor and everyone that is or could be
impacted by the project.
2. The need for communication and knowledge management in successful project
delivery is to facilitate the exchange of information among project team members,
to assist the flow of the right information to the various stakeholder, and to capture
knowledge gained for use in future projects
B. KEY TERMS
1. N/A
C. RESPONSIBILITIES
1. Contractor
2. Contractor’s Project Manager
3. Project Manager
4. Project Manager’s Staff
D. PROCESS
1. In order to achieve effective communication, the lines of communicate need to be
strictly adhered to and all project personnel need to have access and/or be provided
the latest project information. All communication with the Contractor will be
through the Project Manager. The Project Manager should be aware of the basic
forms used to manage a project. They are as follows.
a. Verbal Communication
b. Written Communication
c. Email Communication
d. Telephone Communication
2. Verbal Communication
a. All important telephone conversations between the Project Manager, their staff,
and the Contractor, or other relevant personnel should be formally documented
in the Telephone Log Form CM-66 and filed in the project files.
b. Important telephone calls include but are not limited to discussions regarding
safety, quality, schedule, issues/disputes, legal, support services and potential
changes.
E. DOCUMENT CONTROL
1. Distribution Sheets
2. E-mails
3. Incoming Correspondence Log
4. Outgoing Correspondence Log
5. Telephone Log
6. Written Correspondent
F. REFERENCES
1. Form link
a. Incoming Correspondence Log Form CM-56
b. Outgoing Correspondence Log Form CM-57
c. Distribution Sheet Form CM-64
d. Telephone Log Form CM-66
2. Process link
a. N/A
3. Other
a. N/A
END OF SECTION
authority to obtain any items is beyond that of the Project Manager (trucks,
furniture, office space, etc.), the Project Manage will inform the appropriate
Director of the equipment or material needed. The Project Manager is
responsible for managing the inventory of all items provided by the City, to
maintain proper care of such items, to arrange for scheduled maintenance (as
necessary), to designate its use among the Project Manager's staff, and to
return same in good working order to the City upon completion of the project
b. Regarding City-provided vehicles, insurance is provided by the City on a
conditional basis to City employees. Coverage will apply only upon the condition
that its use is limited to on-site travel or for direct business matters during off-
site travel. Non-City employees; i.e., Project Management, Inspection Services,
and Material Testing Laboratory contract employees, are to be covered through
insurance provided by the contract holder and its Subcontractors. For insurance
coverage to be in effect, a City Business Vehicle Request and Status Change Form
is completed with and approved by their Immediate Supervisor and the
appropriate Director or Senior Director for all City and non-City employees. The
Airport Infrastructure Management Division Administrator is responsible to
obtain the necessary information and verify that the City Business Vehicle
Request and Status Change Form has been prepared and submitted for each
applicable staff member to utilize a City provided vehicle. City vehicles may not
be driven home. City vehicles may not be taken home. If any vehicles that need
to be taken off airport property, the Project Manager must contact
Maintenance Control first which will log the event.
2. Project Coordination
a. The Project Manager is responsible for coordinating activities between the
various parties involved in the project. This coordination effort includes the
timely exchange of information with the Contractor/Consultant, the Designer,
the FAA (as applicable), City agencies, outside agencies, (eg. Denver Water,
WasteWater, Xcel, etc.) and stakeholders and customers. Project coordination
will be on the agenda for every pre-construction meeting and in each progress
meeting.
The Project Manager is responsible for informing their Director of outstanding
management or contract administrative issues. The Project Manager will also
inform the Director when initiating coordination issues that affect other DIA
sections, other projects (and other Project Managers), or outside agencies.
b. The Project Manager is responsible for coordinating contract provisions or
construction issues which affect and involve other projects shall be coordinated
between the affected Project Manager(s). When a coordination effort is
contractually assigned to the Contractor, the issue shall be documented and
monitored by the Project Manager as outlined in Technical Specification Number
013100. Remember a Contractor's failure to coordinate his work in accordance
with the contract is a breach of that contract.
c. The Project Manager is responsible for coordinating with the DIA QA Materials
Testing Administrator. Coordinating the field testing technicians must be
initiated by the Project Manager after confirming with the Contractor’s Project
Manager and their QC Coordinator the time table for testing and inspecting. The
DIA Project Manager must recognize and understand the project’s testing
requirements and notify the QC Coordinator at least one week in advance of the
required test(s). The Contractor’s QC Coordinator and the Project Manager
should arrange for direct communications between themselves and the DIA field
technician. In order to properly schedule the DIA Material Testing group, it is
the contractor’s responsibility to identify activities that will require QA Material
testing on their 2 week look ahead schedule and to advise the Project Manager,
24 hours in advance of any such activity requirements.
d. The Project Manager is responsible for coordinating Issues regarding design
problems or design changes are coordinated between the Project Manager and
the Designer of Record. See also Design Activity 11.8 Changes to Design.
e. The Project Manager is responsible for coordinating requests for information by
the FAA, State agencies, City, DIA sections or the Contractor is coordinated
between the Project Manager and the appropriate Director to ensure that the
Project Manager's response is appropriate, accurate and complete.
3. Project Document Control
a. It is the Project Manager’s responsibility to maintain document control over all
documents associated with the project. The Project Manager will use a project
management system and SharePoint for managing these documents. Project
drawings and specification, RFI’s, CCRs, Change Orders, and correspondence sent
and received are managed through the project management system. Contract
related documents such as the executed contracts, NTPs, meeting minutes,
Safety/Environmental, Insurance etc are stored and managed in SharePoint. The
SharePoint contract file system is set up to accept all documentation associated
with the project. The project management system is interfaced with SharePoint
so that all attachments in system are automatically transmitted to the correct
project folder in SharePoint. Any revisions to the drawings and/or specifications
are to be uploaded into project management system and distributed to the
contractor and appropriate groups or agencies. Large files greater than 100MB
cannot be uploaded into this system. Those large files must be uploaded directly
into the appropriate SharePoint project folder.
b. Consultant/Contractor’s Document Control – By contract, the
Consultant/Contractor is responsible for maintaining their own document
control system to ensure the project is being engineered and constructed in
accordance with the contract documents and Owner’s requirements.
4. Audits During the Project
a. DIA Project Manager – The Airport Infrastructure Management (AIM) Division
will periodically audit the Project Manager’s records to assist in managing their
contract. This audit will be based on uniformity, completeness and accuracy of
work being performed. The audit will be documented and a copy of the results
will be supplied to the Project Manager. Suggestions for improvements will be
made to the Project Manager. The intent of this audit is to ensure DIA, the City
and FAA (if applicable) that the project is being managed properly, budgets and
schedule status is being maintained, and that procedures are being followed.
b. The Project Self-Audit Checklist Form CM-12 is to be completed and filed as
evidence the audit was performed.
5. Reports
a. Bi-Monthly Progress Report (twice per month)
1. This is a required report with project data updated by the Project Manager
using P6. The Project Manager should immediately notify the DIA Project
Controls Administrator if there are any issues with access, data entry, or
generating the report.
2. The DIA Project Controls Administrator generates the reports and distributes
to AIM - Development Management.
b. The Bi-Monthly Progress Reports shall include but not be limited to:
1. Updating the monthly progress of the project
2. Updating the current budget
3. Determining the Estimate at Completion (EAC)
4. Determining the present day project completion percentage
5. Determining an updated project completion date.
6. Explanation of issues and variances.
E. DOCUMENT CONTROL
1. City Business Vehicle Request Form
2. Sample Bi-Monthly Progress Report
3. Status Change Form
F. REFERENCES
1. Form link
a. City Business Vehicle Request Form
b. Status Change Form
2. Process link
a. N/A
3. Other
a. Sample Bi-Monthly Progress Report
b. Design Activity 11.8 Changes to Design
c. Project Self-Audit Checklist Form CM-12
END OF SECTION
stakeholders, the contents of this Project Management Guidelines, and with the
project(s) to which the Project Manager’s staff are assigned. This indoctrination
is one of the Project Manager’s key management priorities.
3. Utilization
a. As the project team office manager, the Project Manager will prepare and
maintain an office work plan (i.e., staff duty assignments, workloads and work
schedules) that shall minimize work backlogs and avoid overtime assignments
unless absolutely necessary.
b. All staff overtime must be pre-approved by either the appropriate Director or
Senior Director.
c. The Project Manager will inform his staff of their job descriptions, duty
assignments and the associated performance standards they are expected to
meet.
d. The Project Manager is responsible for coordinating with the appropriate
Director to obtain adequate facilities, equipment and vehicles, and for providing
working conditions that promote job safety, efficiency and effectiveness.
4. Evaluation
a. Both quality and quantity of staff performance are reasonable and realistic
measures by which the Project Manager will evaluate his team’s performance.
Performance Enhancement Plan Reports (PEPRs) may be required by the Project
Manager for all City employees on the team. DIA consultants may request the
Project Manager provide them with feedback on their staff performance. The
Project Manager shall keep the immediate Supervisor and appropriate Director
apprised of personnel issues, and shall conduct regular discussions with
individual staff members, to strengthen relations, provide a mentoring
environment, and improve performance.
b. If a staff member’s performance declines, or if conduct becomes a problem
beyond the Project Manager’s ability to resolve, the Project Manager will discuss
the matter with the appropriate Director.
E. DOCUMENT CONTROL
1. Performance Enhancement Plan Reports (PEPRs)
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Sample Performance Enhancement Plan Reports (PEPRs)
END OF SECTION
E. DOCUMENT CONTROL
1. Revision log
2. Documentation of annual review
F. REFERENCES
1. Form link
2. Revision log
3. Process link
a. N/A
4. Other
a. N/A
END OF SECTION
a. N/A
END OF SECTION
2. PROJECT DEFINITION
2.1 PROJECT DEFINITION
A. BACKGROUND
1. Continual improvements, upgrades, changes and construction of new facilities are
ongoing activities that occurs at DIA. In order to incorporate these improvements
into projects, the Project Initiator must:
a. Clearly defined the goals, benefits, objectives, scope of work, budget and
schedule utilizing the AIM Project Request Form (CM-82).
b. Submit this information to AIMProjectDefinition@flydenver.com for review by
Senior AIM Leadership and possible approval.
2. The Airport Infrastructure Management (AIM) Leadership will determine whether
to proceed to further develop a business case or kill the project based on key
elements provided in the Project Request Form (CM-82).
3. If the initial decision is to proceed, the Project Initiator will complete the AIM Project
Data Definition form (CM-83) and coordinate with their AIM’s Division Financial
Analyst to develop a comprehensive Business Case.
4. The Business Case is sent to Capital Planning Committee for evaluation. If the
Business Case is granted “Go” status, the AIM’s Divisional Financial Analyst will
initiate the Project Delivery Process.
5. A request for any improvement, upgrade, change and construction of a new facility
can be made by anyone affiliated with DIA including tenants, maintenance,
governmental agencies, city agencies, etc (aka Stakeholders).
6. Unless the work is identified as a pure maintenance responsibility, the design and
construction of all new improvements, upgrades, changes and new facilities are
done through AIM Development Group.
7. For any of these activities to occur or before any type of resources are assigned to a
project for implementation, AIM Development must have a clear and accurate
project definition (SOW, project budget and schedule).
8. The tool used for developing this project definition is called a Business Case.
a. The Business Case is developed by the Project Initiator and the AIM’s Divisional
Financial Analyst with support from various entities throughout DIA.
b. Each component of the Business Case is essential in developing a common
understanding of the project and its details.
c. If it is determine that AIM Development support is required for the
development of this project, AIM Leadership must approve before any type of
resource is assigned to assist.
B. KEY ITEMS
1. Business Case
2. Project Initiator
3. Stakeholder
C. RESPONSIBILITY
1. AIM Development
2. AIM Senior Leadership
3. Capital Planning Committee
4. Deputy Manager of Aviation
5. Director
6. Divisional Financial Analyst
7. Finance
8. Maintenance
9. Sr. Director
10. Tenants
D. PROCESS
See Project Definition Workflow
1. This project definition process pertains only if AIM Development is involved in
providing assistance in the development of the Business Case/Project. There may
also be situation where AIM Development is also the Project Initiator.
2. The Project Initiator (Stakeholder, Customer) identifies the need for the proposed
project, its objectives, and benefit to DIA.
3. Project Request Form (CM-82)
a. The Project Initiator completes the Project Request Form (CM-82).
b. The Project Request Form (CM-82)is submitted to AIM Leadership via
AIMProjectDefinition@flydenver.com for evaluation and a determination on
whether to proceed with the development or assist in the development of the
Business Case.
1. If the project requested needs to be performed on a fast track basis, AIM
Leadership will immediately assign a Project Development Team to assist
with the development of the Business Case.
c. Determination is made by AIM Leadership whether to assign a Project Manager
and support team to provide assistance with the request.
1. If approved to proceed, AIM Leadership completes the Project Request Form
(CM-82), assigns a Project Manager, and returns the completed form to the
Project Initiator.
2. If determined not to proceed with the request, the Project Request Form
(CM-82)is forwarded back to the Project Initiator stating a reason for the
denial or delay of the proposed project.
4. Project Data Definition form (CM-83)
a. The assigned Project Manager contacts Project Initiator, notifying them they
have been assigned to assist them in completing the Business Case. This
assistance usually involves developing cost estimates and project schedules.
1. Before any AIM personnel provide assistance with the development of the
Business Case, the Project Initiator must complete the Project Data
Definition form (CM-83) with preliminary information of the project and have
it signed by the required personnel identified on the form.
2. The AIM Project Manager is not to begin any work until this form is fully
executed.
b. The AIM Project Manager assists the Project Initiator in completing the Project
Data Definition form (CM-83).
c. The Project Initiator completes the Business Case and attaches Project Data
Definition form (CM-83).
5. Business Case
a. The Project Initiator submits the Business Case to their Divisional Financial
Analyst for finalization.
b. The Divisional Financial Analysis submits completed Business Case to the
Capital Planning Committee.
c. The Project Initiator notifies Project Manager of the Capital Planning
Committee’s decision.
d. If the Business Case is approved, the Project Manager will:
1. Verify with Finance that the Project is funded and the funds are encumbered.
2. Complete Project Control’s Project Request Form and forward it to them so
that the project is set-up in the project management system.
3. The Project Manager initiates work on Project.
e. If the Business Case is not approved, it is returned to the Project Initiator and a
possible determination is made if further action is required.
E. DOCUMENTS CONTROL
1. Business Case
F. REFERENCES
1. Form Link
a. Project Request Form (CM-82)
b. Project Data Definition form (CM-83)
2. Process Link
a. Project Definition Workflow
3. Other
a. Business Case Sample
END SECTION
A. BACKGROUND
1. When a project is being considered for development or in the scoping phase a key
factor that must be considered is energy related impacts (mostly Building/shell and
MEP) and energy savings opportunities. It is at this point of development life-cycle
costing and interoperability with other existing systems or infrastructure or with
other pending projects can most easily be considered.
2. A variety of incentives are available from Xcel Energy’s Demand-Side Management
(DSM) program, including rebates and/or financial support for energy-related
studies and designs. These incentives are intended by Xcel and the Colorado Public
Utilities Commission (PUC) to improve the business case for energy reduction
devices and strategies in order to encourage those devices and strategies. Knowing
about these incentives during project development can lower the net cost of a
particular project, thus improving the Business Case and getting projects approved
by Management and Finance.
3. In many cases, Xcel/Public Utilities Commission imposes requirements that must be
completed early in the process in order to qualify for payments.
4. The benefits and requirements of these various incentive programs vary widely and
they change periodically. DIA’s Energy Manager, with help from DIA’s Xcel Account
Manager, keeps track of those changes and can help with the application and
approval process through Xcel.
5. DIA also participates in the Xcel Process Efficiency Program (PEP). Through this
program Xcel provides an energy consultant that can assist with our projects in
seeking energy saving opportunities, energy modeling, life-cycle cost equipment
selection, as well as in in the rebate process. This PEP may ease the application
process and allow bonuses on top of the rebates, as long as a particular project is
properly included under that PEP.
6. Tax or other governmental incentives from time-to-time may also be available. Due
to DIA’s tax-exempt status, any tax incentives generally will require some form of
lease, public-private partnership or savings pass-through; and therefore will
introduce considerable complexity and cost. Thus the availability of tax incentives
must be considered early in Scoping to determine whether the complexity and
additional costs may be outweighed by the financial benefits.
B. KEY TERMS
1. Business Case
2. Colorado Public Utilities Commission (CPU)
3. Xcel Process Efficiency Program (PEP)
4. Xcel’s Energy Demand-Side Management (DSM) Program
C. RESPONSIBILITIES
1. Energy Manager
2. Project Manager
3. Supervisor
4. Xcel Account Manager
5. Xcel Energy Consultant
D. PROCESS
1. At Project Initiation, the Project Manager meets with the Energy Manager to
review the project and discuss possible Energy-related impacts. They assess the
scope of the project and determine if there are any items that can be considered for
incentives or rebates from Xcel.
2. The Energy Manager investigates the Xcel Energy Demand Side Management
program for rebates and/or financial support for energy-related studies and designs,
their impacts to the project and costs, and the timetable for applying.
3. The Energy Manager meets with Xcel’s Energy Consultant for assistance in seeking
energy saving opportunities, energy modeling, life –cycle cost equipment selection,
and rebates.
4. Once the Project Manager, Design Team, SMEs, and Energy Manager determine
which energy related feature(s) are feasible, the Project Manager and Energy
Manager meet with the Project Manager’s Supervisor to review and determine
which features/incentives are to be implemented into the project.
a. The Project Manager meets with the Project Initiator to discuss and ensure the
expected energy savings and rebates are incorporated into the Business Case.
5. Once the Project Manager is given the approval to proceed with the project, they
will implement the energy saving features into the design and assist the Energy
Manager in applying for the financial incentives and/or rebates.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form Link
a. N/A
2. Process Link
a. N/A
3. Other
a. N/A
END OF SECTION
3. If a potential project is on the Capital Improvement Plan (CIP), it may already have
funding associated with it. The Project Manager shall verify this with Finance.
4. For projects that are not yet on the CIP list, all preliminary expenses related to
defining and designing the project (prior to approval) will initially be funded through
the appropriate Director’s O&M budget. The Project Controls Administrator will
provide the project budget source number and the Director’s Administrator will set
up the appropriate string to secure the O&M funding.
a. If a project is subsequently approved as a CIP project the Project Manager will
contact Finance to identify the appropriate funding source(s). Additionally, any
expenses initially recorded in the O&M budget for the project will be moved
from O&M into the CIP project budget funding source.
5. Project Setup
a. The Project Manager initiates a project electronically in project management
software by completing the Project Setup form. When completing this form it is
important that email alerts are setup by the Project Manager. By doing this, an
email notification is sent to the Director or Section Manager, to obtain the
necessary approval(s). After sign off, an email will be sent to the Project
Manager notifying them that the project setup has been approved and an email
notification is also sent to the project management system administrators
informing them that a new Project Setup form has been entered into the system.
6. Contract Setup
a. When work on the project is ready to begin (after a contract has been awarded
or a task order has been issued), the Project Manager will complete the Contract
Setup form in the PIMS systems. Once the Project Manager receives an email
notification from the administrator(s) that the contract has been setup, they may
proceed with entering project contract data. Note: The Project Setup form must
be completed and submitted first before the contract can be set up.
b. When completing the Contract Setup form, the Project Manager is responsible
for creating the list of all project team members involved in the project including
all Consultants and Contractors.
7. Project Management and Design Labor Costs
a. The Project Manager will set up and track labor costs in accordance with the
Project Definition 2.4 Tracking Initial Manpower Costs for Projects section of this
Guideline.
E. DOCUMENT CONTROL
1. Contract Setup form
2. Project Setup form
F. REFERENCES
1. Form link
a. Contract Setup form
b. Project Setup form
2. Process link
a. N/A
3. Other
a. Project Definition 2.4 Tracking Initial Manpower Costs for Projects
END OF SECTION
a. Recording Man Hours - The Project Manager will provide a unique Project
Controls Number for all DIA staff personnel (City and County of Denver and
Contracted Extended Staff) assigned to a project, to allow them to charge their
time to that project. All personnel are required to enter their time on a weekly
basis.
b. Tracking DIA Staff (City and County of Denver and Contracted Extended Staff) –
In order to track and quantify the time and cost associated with the
development of a potential project, all time spent working on a project shall be
recorded in the project management system.
c. Tracking Consultants - Whenever consultant services are required during the
project, the costs associated with their work will be tracked in project
management system. The Project Manager must set up the Consultant’s
contract as described in the Project Definition 2.3 Initiation of a Project in the
Project Information Management System (PIMS) section of this Guideline.
d. Once a week, the Project Manager will review the hours charged by each project
team member for that particular week and either accept or reject them. Project
management system is the time management tool that Airport Infrastructure
Management uses to monitor the total amount of City and County of Denver and
Contracted Extended Staff man hours spent on the project and the contract. The
Project Manager should consult with the Project Controls Administrator on how
to use this software. All AIM Development personnel working on the project
are required to enter their time on a weekly basis. The Project Manager is
responsible for reviewing the hours charged to the project by each project team
member each week and either accept or reject them.
e. If the hours are rejected by the Project Manager, an email is generated in
project management system, and sent to that individual. The individual will
discuss the situation with the Project Manager, agree on what action should be
taken, and adjust their time accordingly.
2. Procedures for Initiating Task, Project or Contracts
a. Procedures for initiating task, projects and contracts using project management
system are located in the DIA Intranet Airport Infrastructure Management
SharePoint site
END OF SECTION
2. Unit Price
3. Guarantee Maximum Price
4. Time & Material
B. KEY TERMS
1. Construction Manager / General Contracting (CMGC)
2. Design Build (DB)
3. Design-Bid-Build (DBB)
4. Guarantee Maximum Price
5. Invitation for Bid
6. Lump Sum
7. On Call (Master contract) (OCM)
8. Request for Proposal
9. Request for Qualifications
10. Time & Material
11. Unit Price
C. RESPONSIBILITIES
1. Director
2. Project Manager
3. Supervisor
D. PROCESS
1. Procurement
a. The Project Manager shall meet with their Supervisor and Director, review the
requirements of the project, and make a determination of the type of contract to
procure and the services required to complete the project, as described in
Contract Procurement Section 9.3 - Determining the Type of Contract to Issue.
b. The procurement methods are defined and described later in this chapter.
1. Project Delivery Methods Section 3.2 - Request for Qualifications (RFQ)
definition boundaries related to the various transitions and “handoffs” for each
of these phases of the project.
d. The project delivery method is separate and distinct from the contractual
arrangements for financial compensation.
e. Contract Type
1. The contract type outlines the contractual arrangements for the financial
compensation.
2. The contract type is determined by either the:
a. Deputy Manager
b. Senior Director of Airport Infrastructure Management - Development
c. Director
3. Project Delivery Methods Section 3.9 - Contract Types (Lump Sum, Unity
Price, Time & Materials, Guarantee Maximum Price)
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. Solicitation package checklist
2. Process link
a. N/A
3. Other
a. Project Delivery Methods Section 3.2 - Request for Qualifications (RFQ)
b. Project Delivery Methods Section 3.3 - Request for Proposal (RFP)
c. Project Delivery Methods Section 3.4 - Invitation for Bids (Firm Fixed Priced Bids)
d. Project Delivery Methods Section 3.5 - Design-Bid-Build
e. Project Delivery Methods Section 3.6 - On-Call Master Contracts
END OF SECTION
3. The preferred process for using the Request for Qualifications is to seek Statements
of Qualifications prior to issuing the Request for Proposal.
a. If time does not allow, the Request for Qualification may go out as part of a
Request for Proposal, with proposers required to submit responses for both the
Request for Qualification and the Request for Proposal.
b. The Project Manager and DIA Business Management Services Office should
determine the process and timing for issuing a Request for Qualifications,
consistent with Contract Procurement Section 9.31- Procurement Schedule
Timeline.
4. Request for Qualifications content.
a. The Request For Qualification document package is described in the Business
Management Services RFP Policies and Procedures and BMS Contract
Procurement Toolbox, and will generally contain the following sections:
1. Overview & Scope of Work - Description
2. Minority Business Enterprise and Women Business Enterprise Participation
Goal, as described in Contract Procurement Section 9.11 – Minority/Women
Business Enterprise Goal Requirement
3. Insurance Requirements
4. Information to be requested from Consultants for the Statement of
Qualifications
b. Statement of Qualifications - the information requested from interested
proposers should be in narrative form and include:
1. Cover letter stating interest
2. Company information, such as prior work history on projects of similar size
and/or complexity and references
3. Demonstrate experience
4. Key personnel information, such as organization charts and resumes
5. A response to specific issues the project must address
6. Selection Scoring Criteria
END OF SECTION
D. PROCESS
1. Use of Request for Proposal process
a. For projects under $1,000,000, only the Request for Proposal process is
necessary to allow a wide range of proposers.
b. For construction projects awarded through a firm fixed price (hard bid) contract
with an estimated value greater than $1,000,000, Executive Order 8 (XO 8)
requires that bidders meet a certain prequalification dollar threshold.
c. For Design Build and CM/GC contracts awarded through a Request for Proposal
and greater than $1,000,000.00, Executive Order 8 (XO 8) also requires
prequalification for the construction activity under the contract. See Contract
Procurement Section 9.15 - Prequalification Board of this guideline for more
detail.
2. Request for Proposal content
a. The Request for Proposal contains a detailed project description, scope of work
and contractual requirements. It also requests information from Consultants as
to how the scope of work will be completed, potentially including basic
corporate information and history, financial information and technical capability.
b. The specific requirements to be included in a Request for Proposals Package, as
well as the process by which to initiate a Request for Proposals, can be found in
the Business Management Services RFP Policies and Procedures and Procedures
for Processing Contracts at DIA Manual.
c. Request for Proposal Package typically includes two sections:
1. Project Requirements
2. Technical Provisions.
d. Project Requirements
1. Notice of Invitation To Propose
a. The Notice of Invitation to Propose explains the project context and how
the project will be managed, as described in the Business Management
Services RFP Policies and Procedures. It includes the following elements:
1. Statement of Sealed Proposals
END OF SECTION
3.4 PROCUREMENT METHOD - INVITATION FOR BIDS (FIRM FIXED PRICED BIDS)
A. BACKGROUND
1. An Invitation for Bid is a formal competitive solicitation to contractors to submit a
sealed bid for a specific project based on the detailed scope of work and design and
technical specification requirements outlined in the Invitation for Bid offering
documents.
2. The focus of the invitation for bid is on the bidder's price for project completion,
with less emphasis on the bidder introducing its own ideas.
B. KEY TERMS
1. Final Receipt
2. Invitation to Bid
3. Joint Venture
4. Minority/Women Owner Businesses
5. Non-segregated Facilities
6. Performance and Payment Bond
7. Prevailing Wage Schedule
8. Special Conditions
C. RESPONSIBILITIES
1. Contractors
2. DIA Business Management Services Office
3. Project Manager
D. PROCESS
1. The Invitation to Bid is used when DIA specifies the detailed scope of work and
design and technical specification requirements and the Contractor is commenting
primarily on the price to complete the work.
2. Invitation for Bids Package content
a. The specific requirements to be included in an Invitation for Bids package, as well
as the process by which to initiate an Invitation for Bids, can be found in the
a. Bid Letter
b. Schedule of Prices and Quantities
c. Bid Data forms
d. List of subcontractors
e. Equal Opportunity Statement
f. Certification of Non-segregated Facilities
g. Bid Bond
h. List of proposed Minority/Women Owner Businesses
i. Letters of Intent (LOIs)
j. Joint Venture Eligibility and Affidavit
3. Rules & Regulations and Bid Conditions
a. A reference and link to the Table of Contents to General Contract
Conditions (2011 Edition) should be included as reference, consistent
with Contract Procurement Section 9.16 - General Contract Conditions
2011 Edition – “Yellow Book”.
b. Any Special Conditions, in addition to the General Conditions, should be
identified. There are 30 items that are considered “special conditions” as
described in Contract Procurement Section 9.17 – Special Conditions.
4. Statement of nondiscrimination in airport employment opportunities
5. Technical Provisions
a. Division 1: General Requirements
b. Division 2: Technical Specifications
5. Sample Contract
a. A Sample Contract should be included in the Initiation to Bid Package as an
attachment. The Sample Contract should address:
a. Performance and Payment Bond requirements, as described in Contract
Procurement Section 9.13 –Bonds.
8. Notice to Proceed
a. The notice to proceed process is described in Contract Procurement Section 9.28
– Downtown Approval and Notice to Proceed.
E. DOCUMENT CONTROL
1. Invitation to Bid Package
2. Bids received
3. Notice to the Apparent Low Bidder
F. REFERENCES
1. Form link
a. Bid Letter
b. Schedule of Prices and Quantities
c. Bid Data forms
d. Equal Opportunity Statement
e. Certification of Non-segregated Facilities
f. Bid Bond
g. Letters of Intent (LOIs)
h. Joint Venture Eligibility and Affidavit
i. Partial & Final Lien Releases Form CM-26 and CM-70
j. Application for Payment Form CM-18A
k. Contractor’s Certification of Payment Form CM-19
l. Daily Quality Control Report Form CM-13
2. Process link
a. N/A
3. Other
a. Business Management Services RFP Policies and Procedures
b. Procedures for Processing Contracts at DIA Manual
END OF SECTION
Delivery Section 2.4 Invitation for Bids (Firm Fixed Priced Bids), is used to solicit
Consultants and Contractors.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Project Delivery Section 2.3 Request for Proposal (RFP)
b. Project Delivery Section 2.4 Invitation for Bids (Firm Fixed Priced Bids)
END OF SECTION
D. PROCESS
1. The project delivery method is determined by either the:
a. Deputy Manager
b. Senior Director
c. Director
2. On-call Contracts are awarded through the Request for Proposal process, as
described in Project Delivery Section 2.3 Request for Proposal (RFP).
3. Contract Value
a. The On-call master contracts have a maximum contract value. However, no City
funds are encumbered when the master contract is executed.
b. The original contract “value” is zero at the time the On-call Contract is executed.
c. Encumbrance against the master On-call Contracts does not occur until Task
Orders are issued.
4. Task Orders under an On-call
a. In On-call contracts, work projects are issued through the Task Order process.
1. Task Orders issued under the Master On-call Contract are individual
contracts awarded and are similar in nature to individual contract awarded
through other Project Delivery Methods.
2. Task Orders are aggregated under and accrete to the master contract. Task
Orders may be issued up to the total contract amount of the master contract
value.
3. Task Orders can be issued for professional services or construction services,
and identify the scope of work, timeline, and funding sources for a particular
project or service.
b. Issuing a Task Order - General
1. Task Orders are issued through three processes:
a. negotiated with a single On-call company
b. issued as a Task Order Directive
E. DOCUMENT CONTROL
1. Task Order Justification Form PS-22 (Professional Services)
2. Task Order Justification Form CM-46 (Construction)
3. On-call Services Request for Proposal Form PS-02 (Professional Services)
4. Exhibit F Task Order Fee Proposal (Professional Services)
5. Negotiation Session Agreement Form CM-04
6. Task Order Authorization Form PS-03A (Professional Services)
7. Task Notice for Proposal Form CM-47 (Construction)
8. Standard On-call Cost Proposal (Construction)
9. Task Order Form CM-86 (Construction)
F. REFERENCES
1. Form link
a. Task Order Justification Form PS-22 (Professional Services)
b. Task Order Justification Form CM-46 (Construction)
c. On-call Services Request for Proposal Form PS-02 (Professional Services)
d. Exhibit F Task Order Fee Proposal (Professional Services)
e. Negotiation Session Agreement Form CM-04
f. Task Order Authorization Form PS-03A (Professional Services)
g. Task Notice for Proposal Form CM-47 (Construction)
h. Task Order Form CM-86 (Construction)
i. Standard On-call Cost Proposal (Construction)
2. Process link
a. Task Order Justification Workflow
3. Other
a. Project Delivery Section 2.3 Request for Proposal (RFP)
b. Project Delivery Section 2.4 Invitation for Bids (Firm Fixed Priced Bids)
END OF SECTION
c. Director
2. Generally, the Construction Manager/General Contractor is selected based on
qualifications, relevant past experience, and/or a “best value” basis.
3. Contract Procurement is through the RFP/RFQ process. Refer to Chapter 9 Contract
Procurement.
4. Design Phase
a. During the design phase, the Construction Manager provides services such as
construction scheduling, project cost estimating, constructability review of the
design, phasing and other inputs that helps the Owner design a more
constructible project.
b. Designers and Contractors work collaboratively to: develop the project scope,
optimizing the design, improve the quality of the work, and manage project
costs.
c. The CM/GC fee for this phase is based upon an agreed-upon Construction
Manager actual work performance fee.
5. Construction Phase
a. As a specific phase of the design, as stipulated in the contract documents, the
Owner and the Construction Manager negotiate a 'guaranteed maximum price'
(GMP) for the construction of the project based on the defined scope of work,
contact documents and project schedule.
b. Once the GMP is established, the Owner amends the contract to include it, and
the Construction Manager becomes the General Contractor.
E. DOCUMENT CONTROL
1. Contract documents
2. Guaranteed Maximum Price (GMP) estimate
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Chapter 9 Contract Procurement
END OF SECTION
D. PROCESS
1. The project delivery method is determined by either the:
a. Deputy Manager
b. Senior Director
c. Director
2. Contract Procurement is through the RFP/RFQ process. Refer to Chapter 9 Contract
Procurement.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Chapter 9 Contract Procurement
END OF SECTION
3.9 CONTRACT TYPES - LUMP SUM, UNIT PRICE, TIME & MATERIALS
A. BACKGROUND
1. There are three contract types:
a. lump sum
b. unit price
c. time and materials with a not-to-exceed amount
2. A lump sum contract is a contract where an Owner agrees to pay a Contractor a
definite and fixed price amount for completing a project. Lump sum contracts are
also known as: Firm Fixed Price or Hard Bid contracts
3. A unit price contract is based on estimated quantities of items included in the
project and their fixed unit prices.
4. A time and material contract with a not-to-exceed amount is a contract where the
Owner agrees to pay the cost for direct labor at a fixed rate and for all materials
used at their actual costs plus an allowed agreed upon markup amount for
Contractor’s fees.
B. KEY TERMS
1. Fixed price
2. Not-to-exceed amount
3. Time and materials
4. Unit price
C. RESPONSIBILITIES
1. Contractor
2. Deputy Manager
3. Director
4. Owner
5. Senior Director
D. PROCESS
1. The contract type is determined by either the:
a. Deputy Manager
b. Senior Director
c. Director
2. Lump Sum Contracts
a. This type of contract does not require a cost breakdown and the price remains
firm for the life of the contract.
b. It is not subject to adjustment except for changes in the scope of work,
performance conditions and owner-directed extras.
3. Unit Price Contracts
a. Unit pricing fixes only the price of a given unit or element of quantity. The total
contract price is determined by multiplying unit prices by the quantity of items
delivered, erected or installed.
b. The Owner pays a fixed sum for each completed unit of work.
c. The final price of the project will depend on the quantities needed to perform
the work.
4. Time & Material Contracts with a Not-to-Exceed (NTE) amount
a. The value of this type of contract is based on a not- to- exceed amount. For this
type of contract, the Owner requires a greater effort since material costs and
labor hour usage must be monitored and approved.
b. The Contractor is required to comply with GCC1102.5 Time and Materials.
E. DOCUMENT CONTROL
1. Lump Sum Contract
2. Unit Price Contract
3. Time & Materials Contract with not-to-exceed amount
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. GCC1102.5 Time and Materials
END OF SECTION
1. Amendments
a. The process to amend existing contracts is described in Contract Procurement
Section 9.30 – Amending Existing Professional Services Contracts.
b. Competitive bid (hard bid) contracts use the Change Order Process as outlined in
Construction Activity Section 12.24 Change Management of this Guideline to
modify the contract amount.
c. Amendments encumber additional dollars or additional time on the contract.
d. The Amendment document utilizes the same approval process that is used for
processing a contract, as described in Chapter 9 Contract Procurement.
2. Additional Services
a. The Additional Services process is only used with Professional Services Contract.
b. Additional Services are services related to the subject matter of the contract but
which the Director has determined to not be described in the Scope of Work.
c. The Additional Services process begins with the Project Manager preparing the
Request for Proposal for Additional Services Form PS-05 .
1. This form includes a description of and the reason(s) for the change, and
requests that a project proposal be prepared using the Exhibit F Professional
Services Fee Proposal from the Consultant.
d. When the proposal is received, the Project Manager reviews the proposal to
identify items to negotiate.
1. The Project Control’s Estimator is available to assist in that cost review if
deemed necessary.
e. Once the proposed cost has been negotiated and agreed to by the Consultant,
the Project Manager prepares the Additional Services Authorization Form PS-06
and the Negotiation Session Agreement Form CM-04 and routes the Additional
Services Authorization Form PS-06 for review and signatures using Additional
Services Authorization Route Sheet Form PS-10.
E. DOCUMENT CONTROL
1. Proposed Change Order
END OF SECTION
4. RISK MANAGEMENT
4.1 RISK & RISK MITIGATION
A. BACKGROUND
1. The purpose of this section is to discuss “risk” as it relates to the management and
execution of projects and the utilization of tools that are in place to mitigate those
risks that are inherent at DIA.
2. In the context of DIA’s Airport Infrastructure Management (AIM) Development
organization, the working definition of risk is “a factor, element or course of action
involving uncertain danger or probability of loss that may be caused by external or
internal vulnerabilities.” From a practical perspective, risk is best defined by
asking the question “what could go wrong?” In this section, an outline of
applicable risk elements is provided.
3. In general, risks are classified as internal or external.
a. Internal
1. For DIA, potential internal risks include:
a. schedule slippage and the resulting cost overruns
b. poorly executed project management and communications
c. incomplete or omitted regulatory compliance
d. inadequate planning
2. Project-related risks for the AIM group are largely related to the scope,
budget and schedule.
b. External
1. Potential external risks at DIA include:
a. Contractor failures
b. changes in regulations and technology
c. weather-related issues
d. tenant problems
4. To follow best practices in business situations, controls are put in place to help
mitigate (i.e. avoid or minimize) risk. Due to the fact that the primary functions,
design and construction, of DIA’s Development organization are inherently risky,
managing the uncertainty of risk is a key component of project management. DIA
has risk mitigation tools that are in place to minimize the impact of risk. In the risk
analysis section below, those specific tools are matched with the risks identified at
DIA to indicate what should be done to help mitigate or avoid specific risks.
5. Ongoing monitoring of identified risk is a best practice which should be conducted
throughout the lifecycle of each project and carried forward to future projects to
actively apply lessons learned through post-project evaluation of successes and
failures.
a. Early and proactive visibility to potential critical problems, combined with
appropriate actions in response provides the opportunity for correction before
issues escalate into more costly consequences.
b. Ongoing communications with all relevant parties to ensure that risks are given
proper awareness is critical.
c. Completing a timely and thorough close-out process for each project, including
communication of “lessons learned” during Post Project Evaluations and the
official transition of project-related assets to the Maintenance section is also
very important.
B. KEY TERMS
1. Business Case
2. Budget
3. Capital Improvement Plan (CIP)
4. Encumbrances
5. Liquidated Damages (LDs)
6. Mitigation
7. Risk
8. Risk Management
C. RESPONSIBILITIES
1. Director
2. Finance
3. Legal
4. Maintenance
5. Planning
6. Procurement
7. Project Controls
8. Project Manager
9. Senior Director
10. Supervisor
D. PROCESS
1. Risk assessment and risk mitigation is primarily the responsibility of the Project
Manager, with support from the entire project team, including the Supervisors,
other project support members, the management team, Finance, Procurement,
Project Controls, Legal, Planning and other interrelated teams. It is the Project
Manager’s responsibility to ensure that all pertinent personnel are adequately
involved. This is the key point in this process and it should be noted that risk
assessment is subjective and therefore should not be done by the Project
Manager alone. By incorporating the support of the entire project team risks can
be identified, assessed and mitigations put in place through open discussions with
various options investigated.
2. Risks Identified at DIA
a. Below is a table of the some potential risks identified that are applicable to DIA’s
Airport Infrastructure Management (AIM) Development team. The table defines
the relative level/likelihood and impact of the specific risks (High, Medium or
Low) identified as applying to DIA projects, as well as many of the potential root
causes of these risks.
the Project Manager to determine if the overall risk assessment has changed.
The updated form should be signed by the Project Manager and the Project
Supervisor, annotated appropriately, and filed with the other current project
documents. It should be attached to the executed Project Definition Data Form
CM-83.
4. Risk Mitigation Tools
a. A chart of risk mitigation tools is presented below. The risks described above are
presented with mitigating tools DIA’s Development organization has in place.
The chart is marked with an “X” where the opportunity to mitigate the risks
exist. This chart can be used as a reference to identify the appropriate tools to
mitigate the risks in a project.
Mitigation Tool/Stage
Scope Budget Schedule General
U pdate
rovals
rsight
ages
ew
es
v al
ls
ual
ls
Approva
g
Process
ject Revi
o
s
ve Appro
g/Scopin
ring/Ove
ary App
s
or Preq
nication
ted Dam
m Contr
ion Plan
s T&C s
andard
pinions
Risk Description Risk Level
racking
QA/QC
curity
orting
rance
Bonds
Close
ncy
ules
ons
Pay
vel
ce
Standard
Continge
Post-Pro
Contract
Contract
Contract
Prelimin
Asse t Se
Regulati
g
Saf ety R
Encumb
Asse t St
Commu
Permits
IT Syste
KPI Rep
Success
Staff Le
Monito
Plannin
Insuran
Prompt
Legal O
Executi
Liquida
Asse t T
Budget
Project
Trainin
Design
Surety
.
.
Projects could be delayed and could incur
HIGH X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X
additional costs.
Improper design and/or construction could
HIGH X X X X X X X X X X X X X X X X X X X X X
be completed.
Financial penalties could be imposed or
HIGH X X X X X X X X X X X X X X X
operations could be curtailed.
DIA could be exposed to additional costs HIGH X X X X X X X X X X
Project funding requirement assumptions
HIGH X X X X X X X X X X X X X X X X X X X X
may be over- or understated.
Operations could be curtailed. HIGH X X X X X X X X X X X X X X X X X X
Potential for abuse or misappropriation
HIGH X X X X X X X X X X X X X X X X
exists.
May circumvent city contracting rules and
reduces accountability and transparency,
HIGH X X X X X X X X X X X X X X X
while increasing the risk of fraud, misuse
and abuse.
Opportunities to collect grant funds may
HIGH X X X X X X X X X X X X X X X X
be reduced.
Capital (CIP) funds may be reduced. HIGH X X X X X X X X X X X X X X X
Liabilities for injuries could be incurred. HIGH X X X X X X X X X
Operating funds from tenants/airlines may
MEDIUM X X X X X X X X X X X X X X X X
be reduced.
Maintenance of assets could be delayed
MEDIUM X X X X X X X X X X X X X
and could incur additional expenses.
Unauthorized activities may be initiated,
exposing the city to unauthorized MEDIUM X X X X X X X X X X X X X X X X X X X X
expenditures.
Late payment fees are added to the project
MEDIUM X X X X X X X X X X
costs.
Additional operating expenses could be
MEDIUM X X X X X X X X X X X X X X X X X X X
incurred
Proper/approved policies and procedures
MEDIUM X X X X X X X X X X X X X X X X X X X X
may be circumvented.
Project reports and documentation may be
MEDIUM X X X X X X X X
incomplete and unreliable.
Staff level may not be adequate MEDIUM X X X X
City goals might not be achieved. MEDIUM X X X X X X X X X X X X
Regulatory requirements could be missed
MEDIUM X X X X X X X X X X X X X X X
and projects could be delayed.
Improper segregation of duties could lead
MEDIUM X X X X X X X X X X X
to fraud, misuse and abuse.
Departmental KPI goals may be missed. MEDIUM X X X X X X X X X X X X X X X
Adverse business decisions, improper
implementation of decisions, or lack of
LOW X X X X X X X X X X X X X X X X X X X X X
responsiveness to industry/economic
changes could occur.
DIA standards may not be followed LOW X X X X X X X X X X X X X X X X X X X X X X X
DIA's reputation could be damaged. LOW X X X X X X X X X X X X X X X X X
Opportunities to identify areas for
improvement that can be applied to future LOW X X X X X X X
projects are reduced.
E. DOCUMENT CONTROL
1. Risk Assessment Form CM-99
2. Any updates to the Risk Assessment Form CM-99
3. Business Case
4. Project Definition Data Form
F. REFERENCES
1. Form link
a. Risk Assessment Form CM-99
b. Project Definition Data Form CM-83
2. Process link
a. N/A
3. Other
a. Introduction Section 1.6 - Budgeting and Funding (CIP / O&M / AIP)
END OF SECTION
b. The type and quantity of permits required varies depending on the scope of
work. In general, permits fall into three general categories:
1. Building Permits
2. Development Permits
3. Environmental Permits
c. Building permits for projects at DIA issued by the City & County of Denver
Department of Development Services include, but may not be limited to:
1. #1C - building permit
2. #2 - roofing
3. #3 - electrical
4. #3A - fire alarm
5. #3B - access control
6. #4 - plumbing
7. #6 - signs
8. #7 - refrigeration A/steam & hot water (including hydronic piping)
9. #10 - fire protection
10. #11 - HVAC
d. Development permits common to DIA facilities/infrastructure projects issued by
the City & County of Denver Department of Development Services include, but
may not be limited to:
1. Zoning
2. Erosion Control (a.k.a., Construction Activities Stormwater Discharge Permit)
3. Plan Review (a.k.a., drainage review)
4. Sewer Use & Drainage Permit (including sanitary sewer, storm sewer,
interceptor devices, on-site wastewater treatment, and work in floodplains)
5. Fire Prevention Bureau Permits
C. RESPONSIBILITIES
1. Accounts Payable
2. Cashiering
3. City & County of Denver Development Services
4. City & County of Denver Wastewater Management Division Erosion Control
5. Contractor
6. Denver Fire Prevention Bureau Department
7. Designer of Record
8. Development Services Plan Coordinator
9. Director
10. Electricians
11. Plumbers
12. Project Manager
13. Stakeholders
14. State of Colorado Department of Regulatory Agencies
15. Supervisor
16. Tenant
D. PROCESS
1. Plan and Permit Approval Process
a. The DIA Supervisor will coordinate with the Development Services Plan
Coordinator to schedule a Concept Review or Pre-application meeting.
1. The Project Manager, Supervisor and Designer of Record shall attend to
present the project, exchange information and obtain clarification on the
requirements for submittal, approval and permit issuance.
b. At 65% Design Development, the appropriate Supervisor will prepare a Letter of
Authorization LOA DIA Project Template PS-33 and forward it to the appropriate
Director for review and signature.
c. The Supervisor will email the approved LOA DIA Project Template PS-33 to the
Development Services Plan Coordinator who will initiate the Plan Review and
permit process.
1. Copies of the LOA DIA Project Template PS-33 will go to those cc’d on the
letter template.
d. Additional copies may be sent to stakeholders at the Supervisor’s discretion. The
Supervisor shall schedule the delivery of the plan submittals with the
Development Services Plan Coordinator prior to sending them to City & County
of Denver Department of Development Services.
2. Types of Permit Review
a. The Development Services Plan Coordinator will provide instructions on the
preferred method of plan submittal, which can include ePlan, log-in review,
walk-in review or quick permit.
1. ePlan
a. ePlan is an electronic system for initial submittal of erosion control, plan
review, and sewer use & drainage permit applications.
b. The upload of submittal documents is typically performed by the
Designer of Record.
c. City & County of Denver Development Services staff will log in, review,
respond and approve the application submittal electronically.
2. Log-in Review
a. Log-in reviews for building permit plan reviews are for projects with a
total construction value greater than $300,000.00.
b. Delivery of the submittal documents is by appointment only and typically
performed by the Designer of Record.
c. Hard copies of the application submittal will be logged in for review and
assigned a City & County of Denver Log-in-Number (LOGG#).
d. The application submittal will be internally routed and assigned to Plan
Reviewers for review and approval.
c. Quick permits are not typically appropriate for DIA projects, unless
specifically directed by the Development Services Plan Coordinator,
because of the complexity of DIA facilities and systems which have the
potential to be impacted by even minor changes.
d. Refer to the City & County of Denver Development Services quick permit
webpage for more information about quick permits.
3. Submittal Contents
a. Plan review submittals should typically contain:
1. Two (2) wet-signed and sealed copies of:
a. Plans
b. Specifications (if required)
c. Geotechnical Report(s) (if required)
d. Drainage Report(s) (if required)
e. Calculations - structural, electrical, and mechanical (if required)
2. One (1) Contact List
3. One (1) Schedule of Valuation, based upon the Engineer’s Estimate
4. Refer to the Commercial Permitting Handbook for details of the specific plan
review requirements.
4. Variance Requests
a. Variance requests are often required when DIA operational requirements
conflict with regulatory requirements.
b. Variance requests are typically letters written by the Supervisor and submitted
to the Plan Reviewer responsible for the specific issue.
c. Variance requests will be approved or denied by written letter response.
d. Plan Review and Permit fees are not typically changed for Variance requests.
5. Administrative Modifications
a. Administrative modifications are formal requests to modify building code
requirements.
8. Deferred submittals
9. Internal Budget Transfer Forms
10. Issued permits
11. Letter of Authorization
12. Modifications
13. Permit application review comments and responses
14. Permit application submittal packages
15. Permit closeout documentation
16. Requests and approvals for waivers, variances, or administrative
17. Special inspection documentation
18. Statement of Evaluation
19. Testing and certification documentation
20. Variance Request
F. REFERENCES
1. Form link
a. LOA DIA Project Template PS-33
b. Statement of Evaluation Form PS-37
c. Resubmittal Slip
d. Internal Budget Transfer (IBT) Form PS-35
e. Certificate of Occupancy
f. Certificate of Compliance
2. Process link
a. N/A
3. Other
a. DIA Policy #3001
b. DIA Intranet
c. City & County of Denver Development Services building permit plan review
webpage
d. City & County of Denver Development Services quick permit webpage
e. Chapter 6 – Federal Aviation Administration
f. Chapter 8 - Environmental Services
g. Commercial Permitting Handbook
h. Administrative Modification
i. Variance Request
END OF SECTION
3. Federal Share
a. The AIP does not reimburse Sponsors the full amount of a project expense. The
amount of reimbursement will vary with the type of Sponsor. This participation
can change with each Congressional re-authorization action. As of the date of
this publication, the following AIP participation rates apply:
1. For large and medium primary hub airports, the Federal share is 75% of AIP
eligible expenses with the exception of noise program implementation,
which is 80% Federal participation.
4. Project Priority
a. Because the demand for AIP funds exceeds the availability, the FAA bases the
distribution of limited AIP funds on current national priorities and objectives.
Projects that rate a higher priority will receive first consideration for funding
over those projects with lower priority ratings.
5. AIP and FAA Policies
a. Information about the AIP and FAA policies and requirements is available on the
following websites:
1. FAA Northwest Region: www.faa.gov/airports/northwest_mountain/aip
2. FAA: www.faa.gov/airports/aip.
6. Airport Improvement Program (AIP) Guidance, Policies and Requirements
a. FAA Order 5100.38 – AIP Handbook provides guidance and sets forth policy and
procedures to be used in the administration of the AIP. Although the FAA Order
5100.38 – AIP Handbook is written for FAA Administrators, Airport Managers can
use it as a reference because it contains valuable information concerning grants
and funding.
7. Types of Airport Improvement Program (AIP) Grants
a. There are two (2) types of grants: Entitlement and Discretionary. Details of these
AIP Grants are located in the FAA Order 5100.38 – AIP Handbook.
1. Entitlement Grants - AIP funds that are apportioned by formula each year to
specific airports such as DIA. Construction projects funded by Entitlement
grants may start although the grant is pending.
D. PROCESS
1. In order to have a successful FAA design and construction program and receiving the
grant compensation, the Project Manager needs to establish a good working
relationship with the FAA’s Denver Airports District Office (ADO). Prior to starting
any work, whether applying for grants, or getting approval to initiate construction,
the Project Manager should contact the ADO Program Manager and discuss the
FAA’s requirements. Failure to do this could results in submitting wrong or
incomplete documentation, submitting required reports erroneously, creating a
poor relationship with the FAA, and failure of DIA to receive all the funds it is
entitled to for the work.
2. DIA develops its six (6) year Capital Improvement Program (CIP) and submits it to the
Denver Area District Office (ADO). Once submitted, DIA (Grants Manager, Senior
Financial Asset Manager for Capital Improvements and the Capital Planning
Manager) meets with the ADO to discuss the Airport’s Capital Improvement
Program (CIP) and determine the projects DIA that may be eligible for grants and a
schedule for project accomplishments. This process occurs annually.
3. In concert with DIA, the ADO reviews the list and selects the projects that will be
included in the FAA’s Airport Capital Improvement Program (ACIP). For each
calendar year, DIA usually lists two (2) to four (4) projects that will be eligible for FAA
grant funding.
4. Based on the outcome of discussions with the FAA ADO and a review of the projects
scheduled to proceed for that coming year, the FAA will inform DIA which projects
are eligible for grant entitlements and discretionary grants.
5. Once this information is received, the DIA Grants Manager prepares a grant
application for each project. For projects over $10,000,000.00 a Benefit-Cost
Analysis (BCA) will be prepared by DIA and submitted to the FAA. If the FAA’s
available funding will not agree with the DIA’s timing or if DIA has a large project
that will be in construction for more than one year, DIA may complete and submit
an application for a Letter of Intent (LOI) in order to obtain assurance from the FAA
that it will receive funding over the duration of the project.
6. Design
a. DIA will initiate work on the project design(s) by soliciting a Consultant(s) to
perform this service as the Designer of Record (DOR). FAA projects cannot be
fulfilled using DIA’s On Call Task Order process. The Consultant shall be acquired
through a separate contract award process which the Project Manager will
coordinate with Business Management Services.
b. Once a Consultant is selected and their contract is finalized, DIA issues a Notice-
To-Proceed (NTP), to begin work on the design. During this phase, the Project
Manager maintains regular communication with the ADO. Based on the ADO’s
requirements, the Project Manager submits the Design Documents for their
review at each pre-determined percent completion level, which is generally at
the 90% and 100% phases.
c. Pre-Design Meeting: This meeting shall be scheduled with the Sponsor (DIA), the
sponsor’s Engineer (Consultant or DOR), and the FAA Engineer responsible for
the project. Details of the project, FAA requirements, and the project schedule
should be discussed.
d. An AIP construction project must be designed and constructed according to FAA
standards. Certain construction details have been standardized. A set of
technical specifications for airfield construction have been developed and
approved by the FAA, and is kept within Airport Infrastructure Management’s
Airfield Group. The DOR can select the specification sections that are applicable
to the project, and develop the pay items from those sections.
e. When the Airport accepts a grant for a construction project, the incorporation of
FAA Advisory Circular (AC) requirements, especially the ones in the 150 series
(Advisory Circular 150/5370-2F), is mandatory. Therefore, the project must be
designed and constructed according to the standards described in the ACs.
f. As the development of the design documents approaches 30% completion or
less, depending on the size of the project and the Project Manager’s discussion
with the ADO, the Project Manager meets with the DOR to discuss the
development of the required Construction Safety and Phasing Plan (CSPP). Early
in the development of the Construction Safety and Phasing Plan (CSPP), the
Project Manager meets with the ADO to determine the need for a Safety Risk
Management (SRM) document. If required, the FAA must be involved with the
phasing of the Construction Safety and Phasing Plan (CSPP) to develop the SRM.
Once both documents are completed, the CSPP and the SRM are submitted to
the ADO. The Project Manager must keep in mind that the FAA’s review process
takes several months. If the FAA region office determines a SRM Panel is
justified, the review time will be extended. If the Construction Safety and
Phasing Plan (CSPP) is not submitted early enough in the design phase, it could
have on impact on the start of construction. See most current FAA Advisory
Circular 150/5370-2F Operational Safety on Airports During Construction, which
describes the contents of the CSPP.
g. When the design drawings and specifications are at the 30% completion level,
the DIA Project Manager discusses the project with DIA Environmental Services,
to evaluate the National Environmental Policy Act (NEPA) requirements and
submit appropriate documentation to the FAA for approval. In addition to this,
the Project Manager discusses the project with DIA Planning to initiate the
airspace study and approval process.
h. Upon completion of the project’s Design Documents, consisting of drawings,
General Requirements and technical specifications, the Project Manager
prepares a Sponsor Certification for Project Plans and Specifications form and
submits it along with the design documents and the Construction Safety and
Phasing Plan (CSPP) to the ADO for review and approval. See additional detail
on sponsor certifications and the Design Report below.
i. Sponsor Certification forms are required for AIP construction projects, and they
are:
1. Sponsor Certification for Selection of Consultants
2. Sponsor Certification for Project Plans and Specifications
a. Sponsor Certification forms are located in Appendix 25 in the AIP
Handbook Order 5100.38. The Grants Manager insures these forms are
submitted during the grant application process or the grant close-out
process where they are included in the Final Construction Report.
3. Sponsor Certification for Construction/Equipment Contracts
4. Sponsor Certification for Construction Project Final Acceptance
5. Sponsor Certification for Drug-Free Workplace
j. Design Report: This report must be prepared by the engineer and submitted to
the City who passes it on to the Denver ADO for each project. The report
contains an explanation of the engineer’s design based on the project’s study
and an analysis of materials and conditions, and it is a written assurance that the
design provides for the project’s conditions. The Design Report’s general outline
is:
1. Design Analysis
a. Airport Layout considerations
b. Soils and Grading
c. Drainage
d. Pavements
e. Lighting and Navaids
2. Modifications to Standards to FAA Specifications
3. Cost Estimates
4. Project Schedule
5. Construction Safety and Phasing Plan (CSPP)
7. Construction
a. After the FAA has approved the documents, the Project Manager will work with
Business Management Services (BMS) to advertise and receive bids for the
construction of the project. Airport Legal Services (ALS) develops the contract
and BSM develops the Part 1 Project Requirements document.
b. Bid or Proposal Form: This form is a section of the Part 1 Project Requirements,
and the Project Manager usually prepares it in the specified format.
c. Federal Laws: Contract requirements derived from Federal laws that address civil
rights, equal opportunity, Disadvantaged Business Enterprises (DBE), labor, and
the environment are contained in the Part 1. The preceding list of subjects is not
all inclusive.
d. Buy American Act: The materials and assemblies that are a part of finished
construction need to be documented according to the Buy American Act. The
aforementioned FAA web sites describe the policy and the procedures for
documenting items and seeking waivers.
e. Upon receipt of all the bids, the DOR will review them and prepare a letter
recommending the successful bidder. This recommendation letter contains all
necessary backup documentation justifying their decision and is developed
based on the ADO Program Manager’s requirements. At a minimum, this
justification should contain the following: a brief history of the bidding process
identifying the dates when the notice of invitation was issued, when pre-bid
meetings were held, if and when addendums were issued, the number of bids
received, the high and low value of the bids received and how they compared to
the Designer of Record’s estimate, Division of Small Business Opportunity
(DSBO) Goals, and the bid tab summary.
f. Upon receipt of the letter, if the Project Manager agrees with the Designer of
Record’s recommendation, he will forward the recommendation letter and bid
results to CCD’s DSBO for their review and verification that the potential
successful bidder has met the DSBO participation goals established by the FAA
and CCD for the project.
g. If DSBO determines the potential successful bidder has met these goals, it issues
a memorandum to the Manager of Aviation stating the results of its review. A
copy of this memorandum is forwarded to the Project Manager to include in the
project file.
h. The Project Manager will issue a letter to the ADO Program Manager with a
recommendation of which bidder should be awarded the project. This
recommendation is based on the bid evaluation performed by the DOR and the
CCD’s DSBO. All pertinent information and documentation is attached to this
letter.
i. Upon receipt of the DIA ‘s project award request, if the ADO concurs with DIA’s
recommendation, they will send two (2) copies of the Grant Agreement to DIA’s
Grant Manager to be routed for signature and execution. The FAA will not
initiate a grant offer (through a Grant Agreement) until the Congressional
notification to the ADO which effectively confirms the amount of funds the FAA
has available for that area.
j. When the Grant Agreement is received, DIA reviews it and if in agreement
prepares the Agreement for processing and formal signatures. Once the two (2)
copies are signed, the Grant Manager forwards an original executed agreement
to the ADO Program Manager. The DIA Project Manager receives a copy of the
executed grant for his records.
k. Construction Management Plan: This detailed plan is required for AIP projects
involving paving, and it must be approved by the FAA Denver ADO before the
start of construction. The plan should detail the measures and procedures to be
used to comply with the quality control provisions of the contract including, but
not limited to, all quality control and acceptance tests required by the
specifications. The general outline of this report is:
1. Introduction
2. Personnel
3. Inspection Procedures including surveying and grade control
4. Submittal Process
5. Quality Control Testing
6. Acceptance testing
7. Testing Results
8. Final Test and Quality Control Report
l. Accurate cost accounting during construction is a requirement. The costs may be
audited by the FAA or the U.S. Department of Transportation. For AIP projects,
eligible and non-eligible costs must be identified and clearly listed. This includes
the Sponsor’s (DIA) tracking of all quantities for progress payments. If an AIP
project involves more than one grant, then the eligible and non-eligible costs for
each grant needs to be accounted for, and they cannot overlap.
m. Final cost accounting is a requirement of the Final Construction Project Report.
The Project Manager must keep accurate and clear records during construction
with the development of the Final Construction Project Report in mind. The
outline of this Report is detailed below. The Denver ADO must approve this
Report.
n. Final Construction Project Report: At the conclusion of the project during the
close-out process, the detailed Final Project Report must be prepared and
submitted to the FAA Denver ADO. This report is a summary of the project
describing problems and their solutions, design changes, the final quantities,
b. Contract date, amount, and FAA approval date for engineering contract
and any amendments.
5. Construction
a. Construction Narrative
b. List of Prime and Subcontractors
c. Liquidated Damages
d. Contractors Final Pay Application
e. Change Order Summary
f. Final Quantities and Justification of Variation
g. Final Inspection Report
h. As-Built Drawings
i. Summary of Test Results
j. Construction Management Plan Actual Test Frequency for Paving
k. Force Account for Construction
l. Items Acquired by Sponsor Directly
6. Airport Layout Plan (ALP)
7. Airport Master Record
8. Pavement Strength Survey
9. Consultant Certifications:
a. Certifications of Selection of Consultants (Appendix 3)
b. Certification of Project Plans and Specifications (Appendix 4)
c. Certification of Construction Contracts (Appendix 5)
d. Construction Project Final Acceptance ( Appendix 6)
e. Consultant Certifications for Project Testing ( Appendix 8)
o. Final Construction Project Report Conclusion - Preparation of the Final
Construction Project Report takes considerable time and effort to complete. The
Project Manager is responsible for keeping organized records of the above
information in order to successfully develop and complete the report. The report
layout as detailed above is the most current preferred by the Denver ADO as of
November, 2013 and does vary from the layout found on the FAA website. The
Project Manager should verify layout with ADO.
8. Closeout
a. AIP Project Section Summary
1. This AIP section is a summary of actions necessary for the successful
completion of an AIP construction project. For information not described
here, please refer to the FAA websites, the AIP Handbook, the FAA Denver
ADO, the DIA Grants Manager, and the files of previous AIP projects.
b. Payment and closeout process for FAA grants are performed in accordance with
FAA Grant Guidelines. The AIP Handbook, Chapter 13, Project Payment,
Closeout, and Audit, lists and describes a number of requirements for AIP-
funded projects. The Project Manager, the Grants Manager, and Finance must
work together to accomplish these actions.
c. Upon completion of the project and submittal of all required closeout
documentation and final pay requests, the grant is closed.
9. FAA Updates
a. The FAA is constantly updating its information (Advisory Circulars, forms, etc.). It
is important that whether applying for grants, developing Program Narratives,
Sponsor Certification, Final Reports, etc., the Project Manager should always
check with the FAA website in order to ensure they are using the correct forms
or formats for reports.
E. DOCUMENT CONTROL
1. Construction Safety and Phasing Plan (CSPP)
2. Design Documents
3. Grant Agreement
4. Safety Risk Management (SRM) document
5. Sponsor Certification forms
F. REFERENCES
1. Form link
a. Sponsor Certification for Project Plans and Specifications
2. Process link
a. N/A
3. Other
a. FAA Order 5100.383 – AIP Handbook
b. Appendix 25 in the AIP Handbook Order 5100.38
c. AIP Handbook, Chapter 13, Project Payment, Closeout, and Audit
d. Advisory Circular 150/5370-2F Operational Safety on Airports During
Construction
e. www.faa.gov/airports/northwest_mountain/aip
f. www.faa.gov/airports/aip
g. Safety Risk Management (SRM) sample
h. Construction Safety and Phasing Plan (CSPP) sample
i. Sponsor Certification forms
j. Design Report Sample
k. Part 1 Project Requirements Sample
l. Grant Agreement Sample
m. Final Project Report Sample
n. FAA Northwest Mountain Region website
o. Notice-To-Proceed (NTP) Samples
p. Construction Management Plan Sample
END OF SECTION
6.2 FAA - NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) AND (7460) PERMITS
A. BACKGROUND
1. This section covers the requirements and process for submitting National
Environmental Policy Act (NEPA) documentation and FAA Form 7460-1, the Notice of
Proposed Construction or Alteration
B. KEY TERMS
1. Airport Layout Plan (ALP)
2. Airport Grant Assurances
3. Federal Aviation Regulation (FAR)
4. National Environmental Policy Act (NEPA)
5. Environmental Impact Statement (EIS)
C. RESPONSIBILITIES
1. Environmental Services
2. Operations
3. Planning
4. Project Manager
D. PROCESS
See FAA Permit 7460 Workflow
1. NEPA Analysis
a. Any project at DIA that falls under the following categories requires a National
Environmental Policy Act (NEPA) Analysis:
1. Any project that causes a change to the Airport Layout Plan (ALP)
2. Any project that uses passenger fees for funding
3. Any project that is Airport Improvement Program (AIP) funded
b. Processing of a NEPA Analysis
1. All NEPA actions are accomplished by DIA Environmental Services. The
Project Manager must discuss in detail the project with Environmental
END OF SECTION
7. SUSTAINABILITY
7.1 SUSTAINABILITY – UNDER DEVELOPMENT
Chapter 7 - Sustainability
Version 1.0 - 05/14 Section 7.1 - Sustainability – UNDER DEVELOPMENT Page 161 of 630
Project Management Guidelines
8. ENVIRONMENTAL SERVICES
8.1 ENVIRONMENTAL GUIDELINES
A. BACKGROUND
1. Any new development, redevelopment, and expansion projects at DIA including
Capital Improvement Program, tenant, and maintenance projects, may have
environmental impacts. The Project Manager and Environmental Services must
evaluate these impacts early in the planning and design process in order to minimize
environmental impacts, regulatory liabilities, project costs, and/or project delays.
2. Projects subject to a Federal action, which include any project that changes the
Airport Layout Plan (ALP) or is Federally funded, warrant special consideration.
These considerations are the National Environmental Policy Act (NEPA) analysis and
the Air Quality General Conformity Evaluation.
3. For City sponsored projects, DIA Environmental Services will be responsible for
completing the appropriate NEPA documentation and performing the Air Quality
General Conformity Evaluation for criteria air pollutants. For tenant sponsored
projects, the tenant will prepare the documentation, submit them to the DIA Project
Manager who will forward them to DIA Environmental Services for review. Projects
subject to a Federal action cannot begin until approved by the FAA.
4. Although a project may not be subject to NEPA requirements, other environmental
issues may need to be considered. These include wetland, wildlife, and stormwater
impacts. A U.S. Army Corps of Engineers (USACE) permit related to Clean Water Act
Section 404 may be needed if the work will be conducted in or impacts waters of the
United States. This includes wetlands, washes, drainages, ditches, creeks, streams,
and rivers. If working in an area with protected species, the Project Manager may
have to consult with the U.S. Fish and Wildlife Service. For example, burrowing owls
(a state threatened species also protected by the Migratory Bird Treaty Act) are
quite common on DIA property especially in active prairie dog towns.
5. Other resources available to the project team to help with this process are
Environmental guidelines, ES-301-3.01 Construction and ES-301-3.02 Planning and
Design. These are available on the Environmental Services SharePoint site and to
contractors and other business partners. Reference ES-301-3.01 Construction Page
304 and ES-301-3.02 Planning and Design Page 313.
6. The Project Manager should refer to Technical Specification Section 015700 for
information regarding avoiding or mitigating adverse environmental impacts caused
by construction.
B. KEY TERMS
1. Airport Layout Plan (ALP)
2. National Environmental Policy Act (NEPA)
3. Categorical Exclusion (CatEx)
4. Environmental Assessment (EA)
5. Environmental Impact Statement (EIS)
C. RESPONSIBILITIES
1. Colorado Department of Public Health and Environment (CDPHE)
2. Contractor
3. Department of Public Works
4. Designer of Record
5. Environmental Services
6. Operator
7. Project Manager
8. Project Sponsor
9. Tenant
10. U.S. Army Corps of Engineers
11. U.S. Fish and Wildlife Service
D. PROCESS
See Environmental Workflow
1. Activity Description: New Development, Redevelopment, and Expansion
a. Step 1 - The Project Manager completes and submits a DIA Environmental
Project Review Form (ES-01). This form provides Environmental Services with
a. Prohibited Activities
1. Starting work without securing proper approvals and permits
2. “Piece-mealing” of projects to circumvent the NEPA process (i.e. breaking up
a larger project into smaller tasks, phases, or “mini-projects”) shall be
avoided with regard to environmental planning. This practice is not lawful
for Federally funded projects and is not allowed for other projects. Piece-
mealing can lead to delays and errors in the environmental permitting
process.
3. Failure to comply with the City and County of Denver (CCD) Municipal
Separate Storm Sewer System (MS4) Requirements.
b. General Considerations
1. Each airport Tenant, Contractor, Operator, or Project Manager conducting
planning and design activities is responsible for understanding the applicable
regulations and managing their activities accordingly; this Environmental
Guideline is meant as guidance only and does not supersede any regulations.
6. Training Requirements for NEPA
a. All DIA Project Managers need to be familiar with the NEPA process. Contact
Environmental Services for additional assistance.
7. Planning Requirements
a. Identification of projects or activities requiring Environmental Review -
Environmental permitting requirements shall be identified early in the planning
and design phases of a project. Because some permits require long lead times,
early identification of these issues by the Project Manager and Environmental
Services can help secure permits with minimal delay. Examples include, but are
not limited to the following:
1. Roadway improvements, widening, expansion, etc.
2. Parking lot construction
3. Concourse expansions
4. Runway construction
5. New/temporary building construction, expansion
6. Lighting projects
7. Solar projects
b. Project Managers are responsible for gathering project information and
submitting it to Environmental Services using the DIA Environmental Project
Review Form (ES-01). This form includes:
1. Project purpose and need
2. Project description/scope of work
3. Project location
4. Project schedule
5. Project sponsor
6. Arial extent of scraping/grading for the project and asphalt paving for the
project
7. Basic project drawings or sketches
c. Next, Environmental Services will evaluate the project using the Facility
Development/Redevelopment Environmental Checklist (ES-02). The checklist is
completed for both projects that are subject to NEPA, as well as those that are
not.
d. NEPA Considerations
Category Description
1. Controversy Is project controversial on environmental grounds?
2. Air Quality General Conformity Evaluation to ensure actions meets national
standards for air quality.
3. Coastal Resources Does project occur in or affects a coastal zone?
4. Compatible Land Evaluates project for consistency with local plans, goals, policies or
Use controls.
5. Construction Required if project will produce construction impacts, such as
Impacts localized noise, reduce air quality, produce erosion or pollutant
runoff, or disrupt local traffic patterns.
6. Section 4(f) Impacts Required if project will impact DOT Section 4(f) resources such as
public parks, recreation areas or waterfowl refuge of national,
state or local significance, or of a historic site of national, state or
local significance.
7. Farmlands Required if project will impact prime or unique farmlands.
8. Endangered and Potential to impact Federal or state endangered or threatened
e. Other Considerations
Category Description
1. Air 1. Construction Permit for new/modified/existing sources (i.e.
emergency generators, tanks, boilers, etc.).
2. Dust control permit required (Land Development Air Pollution
Emission Notice) for projects > 25 acres or earth moving
activities > 6 months. For air quality purposes, earthmoving
includes excavation (including topsoil removal), backfill,
embankment work, grading, trenching, drilling, and boring.
2. Stormwater and 1. DIA is required to adhere to the terms and conditions of
Drainage the Municipal Separate Storm Sewer System (MS4) permit
issued to the City and County of Denver (CCD) by the
Colorado Department of Public Health and Environment
(CDPHE).
2. CDPHE requires a stormwater permit for construction
activities greater than 1 acre.
3. CCD Dept. of Public Works requires a Construction
Activities Stormwater Discharge Permit (CASDP) (a.k.a.
erosion and sediment control permit) for projects greater
than 1 acre.
4. CCD Dept. of Public Works can require water quality
control for development greater than 1 acre.
5. CCD Dept. of Public Works can require stormwater
detention (for flood control) for projects greater than 0.5
acres. For larger projects, a drainage report or drainage
study is required. A drainage report may only require a
simple grading plan, while a drainage study may include
grading, sheet flow, and proposed corrections to areas
with standing water, roof drains and hydraulics.
3. Sewer Use and The Department of Public Works requires a sewer use and
Drainage drainage (SUD) permit for each new building. SUD permits cover
new hookups to the sanitary sewer system and storm sewer,
water quality pretreatment devices (e.g. sand traps, grit chambers,
sand/oil interceptors, oil/water separators, and grease traps),
sewer abandonment, and individual sewage disposal systems (e.g.
privy vaults or septic systems).
4. Dewatering CDPHE requires a dewatering permit for construction activities
where groundwater has seeped up into an excavation and the
project team proposes to put the groundwater in surface water
drainage (e.g., dewater the groundwater and place it in a
stormwater drain, swale, or pond). This activity must have prior
approval from the MS4 permit manager.
5. Tanks 1. The Denver Fire Department – Fire Prevention Bureau
6. Cathodic Protection Cathodic protection for buried tanks, piping, and above ground
storage tanks and other structures in contact with corrosive soils
must be evaluated.
8. Municipal Separate Storm Sewer System (MS4)
a. If applicable, the Project Manager schedules and conducts a Municipal Separate
Storm Sewer System (MS4) pre-application meeting. The meeting should take
place at the beginning of the design phase. Meeting attendees should include
representatives from DIA Environmental Services, the Project Sponsor, the
Designer of Record, and the Department of Public Works. Meeting minutes
shall be recorded utilizing the General Meeting Minute Form PS-41 In addition to
discussing the items listed above, other items may include:
1. Stormwater drainage
2. Flood control and water quality control
3. Best management practices
4. Sewer upgrades
5. Water quality pretreatment devices
6. Stormwater quality control plan requirements
7. Permit requirements.
E. DOCUMENT CONTROL
1. Environmental Project Review Form (ES-01)
2. Facility Development/Redevelopment Environmental Checklist (ES-02)
END OF SECTION
9. CONTRACT PROCUREMENT
Chapter 1 -
Version 1.0 - 05/14 Section 9.1 - Procuring a Contract Page 172 of 630
Project Management Guidelines
D. PROCESS
1. Each contract is initiated though the Alfresco workflow system. The Project
Manager has the ability to review the development status within Alfresco
throughout the life of the procurement process.
2. The login to Alfresco is the same user name/password as the login to the DIA
network.
E. DOCUMENT CONTROL
9. N/A
F. REFERENCES
10. Form link
a. N/A
11. Process link
a. N/A
12. Other
a. Contract Procurement Tool Box
b. Alfresco
c. RFP Policies and Procedures
END OF SECTION
9.2 ALFRESCO
A. BACKGROUND
1. Alfresco is the City’s electronic contract workflow tracking and execution data
management system. It is a hierarchical workflow management system. As contract
procurement activities are completed, Alfresco automatically creates subsequent
“tasks” to perform and notifies the appropriate parties or pools via email they have
a task to perform.
B. KEY TERMS
1. Alfresco
C. RESPONSIBILITIES
1. Airport Legal Service
2. Contract Compliance Coordinator
3. DSBO
4. Project Manager
5. Risk Management
D. PROCESS
1. The Business Management Services Coordinator is responsible to coordinate the
input of information into Alfresco.
2. After creation of the contract shell, all contract data is either
a. input directly into Alfresco or
b. entire documents are uploaded into Alfresco.
c. Contact a Contract Compliance Coordinator in Business Management Services to
obtain the current PM Alfresco Guide or go to the Contract Procurement Toolbox
(DIA Intranet, Service & Programs, and Contracts).
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. PM Alfresco Guide
b. Contract Procurement Toolbox (DIA Intranet, Service & Programs, and Contracts)
END OF SECTION
END OF SECTION
D. PROCESS
1. The Project Manager will meet with the appropriate Airport Infrastructure
Management (AIM) sections to clearly identify the requirements associated with the
selected contract type.
2. The Project Manager shall meet with Business Management Services for their
assistance in the development of the offering package. Business Management
Services will provide support in all phases of the contract procurement process.
Reference the RFP Policies and Procedures Manual and the Contract Procurement
Tool Box for full procedures.
3. Airport Legal Services is responsible to develop, write, advise and approve all
contracts, agreements and amendments. Airport Legal Services is also responsible
to draft and file all ordinances for contracts requiring City Council approval.
4. The Division of Small Business Opportunity (offices at DIA) determines whether or
not a Participation Goal would apply to a contract. This goal would either be
Minority/Women Business Enterprise (M/WBE), Small Business Enterprise, or
Disadvantaged Business Enterprise (for federally funded projects).
5. Finance is responsible for the approved budget for all projects and manages the CIP
programs for DIA.
6. Risk Management determines and monitors the appropriate insurance
requirements.
7. The Manager of Aviation approves the initiation of contracts, signs and approves all
contracts, agreements and amendments, and ensures the integrity of the contract
process.
8. The City Council Liaison files the Request for Ordinance with City Council, works
with the Project Manager to get appropriate information for Consent Agenda,
Mayor Council, or Committee presentations, and maintains communications with
DIA stakeholders during the legislative process. This step takes place only after the
Second Party has signed and returned the Contract Documents to Business
Management Services.
E. DOCUMENT CONTROL
1. Amendment
2. Contract
3. Offering Package
4. Request for Ordinance
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. RFP Policies and Procedures Manual
b. Contract Procurement Toolbox
END OF SECTION
Goal percentage for the contract and emails it to the Management Analyst II in the
Division of Small Business Opportunity.
a. For more information on the DSBO Goals see Contract Procurement Section 9.11
Minority/Women Business Enterprise (M/WBE) Goal Requirement of this
Guideline.
4. The Project Manager prepares the Contract Executive Summary Form and forwards
it to Business Management Services.
a. For more information see the Contract Procurement Section 9.10 Contract
Executive Summary section of this Guideline.
5. The Project Manager shall review the Rules for Prequalification of Construction
Contractors to identify and determine the prequalification Work Category and
Financial Level required in order for a Contractor to bid/propose on the project.
This information is forwarded to Business Management Services.
a. For more information on the Prequalification see the Contract Procurement
Section 9.15 Prequalification Board of this Guideline.
6. The Project Manager prepares the Construction Contract Data Form (CM-F-002) and
uploads it into Alfresco. The Construction Contract Data Form (CM-F-002) contains
more detailed contract provisions and elements that will be incorporated into the
Contract including but not limited to:
a. the maximum percentage of work that may be subcontracted
b. contact information
c. insurance requirements
7. Once the above documentation has been received by Business Management
Services they will package all the documents and includes the project on the agenda
for the Manager of Aviation’s signing meeting.
8. Once the Manager of Aviation has approved the project, Business Management
Services will advertise the project for 90 Day on the DIA Business Opportunity
Webpage www.flydenver.com.
E. DOCUMENT CONTROL
1. Contract Executive Summary Form
END OF SECTION
c. Airport Legal Services is responsible for finalizing and approving the contract.
d. Once the project is setup in Alfresco, an email is sent automatically to Airport
Legal Services requesting an attorney be assigned to develop the Contract /
Agreement for the project.
e. The Project Manager is responsible for developing and providing to Business
Management Services the following information needed to create the Proposal /
Bid Package.
1. Exhibit A - Scope of Work (complete project).
2. Exhibit B - Scheduling, Progress Reporting, & Invoicing is in the Contract
Documents (Professional Services only)
3. Special Conditions as necessary based on the review of the General Contract
Conditions (Construction only).
4. Design documents, drawings, specifications, and bid tabulation forms.
(Construction only)
a. Technical Specification with Contract Number.
5. Scoring Criteria (Pertains to Proposal only)
2. The Project Manager is responsible for reviewing the overall Proposal / Bid Package
for completeness and accuracy prior to release for advertising.
3. The Project Manager and the Business Management Services team combine the
contract documents and create the Proposal / Bid Package.
4. Business Management Services sends the Proposal / Bid Package to the Project
Manager for review prior to publication.
a. The Project Manager is responsible for the completeness quality and accuracy of
all contract documents.
b. After review, the Project Manager notifies Business Management Services via
email, the package has been reviewed and is complete or requires additional
modifications.
5. For Invitation for Bid (IFB) projects the Project Manager forwards the following to
Business Management Services to upload into the www.flydenver.com website:
a. Design Documents
b. DIA Division 1
c. Division 2 Specifications
1. Complete set of Specifications with Contract Number
6. After review by the Project Manager, the Business Management Services team
uploads the final package into Alfresco and routes the Memo Advertising Closeout
Form CM-85 for approval.
E. DOCUMENT CONTROL
1. Bid / Proposal Package
2. Memo Advertising Closeout
F. REFERENCES
1. Form link
a. Exhibit A - Scope of Work Sample
b. Exhibit B - Scheduling, Progress Reporting, & Invoicing Sample
c. Construction Contract Data Form
d. Special Conditions Sample
e. Memo Advertising Closeout Form CM-85
2. Process link
a. N/A
3. Other
a. www.flydenver.com
END OF SECTION
END OF SECTION
1. For non On-Call contracts the Consultant shall provide the city a preliminary
Final Project Work Schedule in a Primavera P6.1 Enterprise Project Portfolio
Management format within 45 days after receiving the Notice to Proceed
(not required for Task Order based On-Call contracts).
2. The Project Manager has 10 days to provide comments to the
Consultant/Contractor after the preliminary Final Project Work Schedule has
been submitted.
3. No later than 75 days after the Notice to Proceed, the Consultant/Contractor
shall submit to the Project Manager the Final Work Schedule.
4. Immediately following the Notice to Proceed and throughout the project, the
Consultant/Contractor shall submit to the Project Manager a rolling two-
week, look-ahead schedule by close of business every other Friday.
b. Progress Payment Measurement Alternatives
c. Invoices and Progress Payments
d. Monthly Progress Report Requirements
e. Schedule Changes and Increases in Project Amount
f. Allowable General & Administrative Expenses (Indirect Costs)
g. Allowable (Non-Salary) Expenses
h. Contract Task Order/Project Controls Requirements
2. There are four versions of the Exhibit B that should be referenced:
a. On-Call Exhibit B
b. Design-Bid-Build Exhibit B
c. CMGC Exhibit B
d. Design-Build Exhibit B
E. DOCUMENT CONTROL
1. Exhibit B – Scheduling, Progress Reporting, Invoicing, and Correspondence Control
F. REFERENCES
1. Form link
F. REFERENCES
1. Form link
a. Contract Executive Summary Form
2. Process link
a. Construction – Fixed Price / Unit Price Workflow
3. Other
a. Contract.Procurement@flydenver.com
END OF SECTION
5. Bidder/Proposer
6. Manager of Aviation
7. Selection Committee
D. PROCESS
1. The Project Manager prepares the Division of Small Business Opportunity DSBO
Goals Committee Project Information Form COMP-FRM-001 requesting an M/WBE
Goal percentage for the contract and forwards it to DSBO.
2. The MBE/WBE or DBE goals are established by a MBE/WBE or DBE Goals
Committee.
a. There are three Goals Committees:
1. Heavy highway
2. Professional services
3. Construction management
b. There are nine different individuals on each Goals Committee and none are City
employees.
3. Goal determination meetings are scheduled throughout the month for each of the
three industry disciplines. The Project Manager should be available to respond to
any questions the Goals Committee may have when the when their project is being
evaluated.
4. The DSBO forwards the Approved Goal Memorandum to Business Management
Services and emails a copy to the Project Manager.
5. The Bidder/Proposer is responsible for submission of their M/WBE documentation
with their bid/proposal.
a. Methods for meeting the Participation Goals
1. Letters of Intent
a. The Bidder/Proposer may submit Letters of Intent Forms from
MBE/WBE Subcontractors or Consultants as evidence of the anticipated
participation on a project.
2. The Project Manager shall remove any proposals or bids that were deemed
Non-Responsive from the pool of proposals or bids received and notifies the
Selection Committee which Bidder/Proposers will ultimately be reviewed
and scored.
6. Administrative Reconsideration
a. The DSBO has an appeals process called an Administrative Reconsideration that
a non-responsive Bidder/Proposer may utilize to have their Non-Responsive
status reviewed and re-evaluated.
1. A non-responsive Bidder/Proposer has 3 business days after receiving the
non-responsive letter to file an appeal with the DSBO.
2. The DSBO notifies the Project Manager if there has been an appeal from a
Bidder/Proposer that was previously found non-responsive.
3. The Project Manager coordinates with the DSBO during the appeals process.
4. If a Bidder/Proposer is subsequently successful in their appeal, the Project
Manager will include their proposal or bid in the Selection Committee
Review process.
E. DOCUMENT CONTROL
1. DSBO Goals Committee Project Information Form
2. Approved goal memorandum
3. Letter of Intent
4. Good Faith Effort
5. Compliance Plan
6. Letter to Responsive/Non-responsive Bidders/Proposers
7. Non-Responsive Bidder/Proposer Letter of Appeal
F. REFERENCES
1. Form link
a. DSBO Goals Committee Project Information Form COMP-FRM-001
b. Letters of Intent Form
END OF SECTION
9.12 INSURANCE
A. BACKGROUND
1. Each contract awarded at the airport has specific insurance requirements depending
on the type of work being performed. The insurance requirements for each project
are generated by Risk Management through the Alfresco process.
B. KEY TERMS
1. Alfresco
C. RESPONSIBILITIES
1. Risk Management
D. PROCESS
1. Project Manager meets with Risk Management to discuss the level of coverage
required for each project.
2. Information Required
a. Location of project – Airside or Landside
b. Construction Value of project
c. Environmental Impacts
d. Rolling Owner Controlled Insurance Program (ROCIP)
3. Risk Management will specify the limits of insurance and issue them a CCD
Certificate of Insurance for the Department of Aviation.
a. This process is handled through Alfresco.
4. For more detail on this subject refer to Business Management Services RFP Policies
and Procedures.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. CCD Certificate of Insurance for Department of Aviation
2. Process link
a. N/A
3. Other
a. Business Management Services RFP Policies and Procedures
END OF SECTION
9.13 BONDS
A. BACKGROUND
1. All awarded construction contracts require payment and performance bonds. For
bidding purposes a bid bond is required.
2. Bonds are not required on Professional Services contracts.
B. KEY TERMS
1. Bid Bond
2. Payment and Performance Bonds
C. RESPONSIBILITIES
1. Airport Legal Services
2. Bidders/Proposers
3. Business Management Services
4. Contract Administration
5. Contractor
6. Manager of Aviation
7. Mayor
8. Project Manager
D. PROCESS
1. Contractors bidding on projects are required to submit Bid Bonds in the amount of
5% of their total bid amount. The Bid Bonds are returned to all bidders/proposers
at the end of the bid/proposal process.
2. Business Management Services is responsible for reviewing and confirming that
each bid/proposal submitted has an appropriate Bid Bond.
3. Contract Administration in Business Management Services is responsible for
obtaining the bonds initially. The Project Manager is responsible for monitoring
bond compliance throughout the contract term (including any warranty period for
performance bonds). Airport Legal Services coordinates with the surety company
on any Contractor defaults.
3. Other
a. General Conditions Title 15
END OF SECTION
9.14 CONTRACT INITIATION (PROJECT INFORMATION REQUEST FORM (PIRF)) – UNDER DEVELOPMENT
END OF SECTION
END OF SECTION
b. Process link
c. N/A
2. Other
a. Standard Specifications for Construction General Contract Conditions 2011
Edition (Yellow Book)
END OF SECTION
9.18 ADVERTISE THE REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), OR REQUEST FOR
QUALIFICATIONS (RFQ)
A. BACKGROUND
1. The length of the proposal development period is determined by the Project
Manager and Business Management Services. Typically the proposal or bid
development period allows approximately four to six weeks between the initial 3
days of advertising and the proposal or bid due date, depending on the complexity
of the project.
2. The RFP, IFB, or RFQ package solicitation remains on the airport’s website and the
following:
a. For RFPs/RFQs: http://business.flydenver.com/bizops/rfp.asp
b. For IFBs: http://business.flydenver.com/bizops/bids.asp
3. While on the website the RFP or IFB will be classified as “Open”, “Under Review”, or
“Awarded”.
4. Additionally the proposal or bid opportunity is posted on the bulletin board outside
the Airport Office Building and emailed to a list of construction related companies.
B. KEY TERMS
1. Invitation for Bid (IFB)
2. Request for Proposal (RFP)
3. Request for Qualifications (RFQ)
C. RESPONSIBILITIES
1. Business Management Services
2. Project Manager
D. PROCESS
1. Advertising projects is the sole responsibility of Business Management Services. For
more information on the 3 Day Advertising process see Business Management
Services RFP Policies and Procedures.
END OF SECTION
a. Project Manager
b. Designer of Record
c. DSBO – discusses the M/WBE goal requirements. Refer to Section 5.11 - Minority
/ Women Business Enterprise (M/WBE) Goal Requirement of this guideline for
further information.
Airport Security reviews the vehicle and personnel badging requirements
d. Airport Operations
e. Environmental Services
f. Auditor’s office discusses the Prevailing Wage and certified payroll requirements
3. The Project Manager along with Business Management Services is responsible for
reviewing the specifics of the project to determine if other DIA divisions should be
included in the Pre-Proposal / Pre-Bid Conference.
4. A Pre-Proposal / Pre-Bid Conference Agenda generated by Business Management
Services is used for the meeting.
5. Meeting minutes generated by Business Management Services to record the
meeting.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. Construction – Fixed Price / Unit Price Workflow
3. Other
a. Section 5.11 - Minority / Women Business Enterprise (M/WBE) Goal
Requirement
END OF SECTION
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. Construction – Fixed Price / Unit Price Workflow
3. Other
a. E-mail for question: Contract.Procurement@flydenver.com
b. For RFPs/RFQs: http://business.flydenver.com/bizops/rfp.asp
c. For IFBs: http://business.flydenver.com/bizops/bids.asp
END OF SECTION
3. Other
a. For RFPs/RFQs: http://business.flydenver.com/bizops/rfp.asp
b. For IFBs: http://business.flydenver.com/bizops/bids.asp
END OF SECTION
END OF SECTION
END OF SECTION
Memo to Selection Committee for Proposal Review Form PS-30, and forwards it
to each member of the Selection Committee for them to review and score.
d. Each member of the Selection Committee prepares and submits a Selection
Committee Conflict of Interest and Non-Disclosure Statement Form PS-27 to the
Project Manager affirming their independence with regard to the proposal
scoring.
2. Proposal Scoring
a. For both Professional Services and Construction related projects the Project
Manager prepares the Proposal Score Sheet Form PS-12 and determines the
scoring elements and weighting parameters as they deem necessary for the
project. Once developed, the Project Manager meets with their Supervisor for
review and approval of the criteria.
b. Criteria are evaluated based on the Proposer’s responses to the requirements as
set forth in the Instructions to Proposers. Additional points may be awarded for
exceeding the minimum requirements.
c. For On-Call contracts the Schedule of Pricing & Quantities criteria is scored by
the Chief Estimator using a matrix to calculate the core staff salary rates and
markup percentage data submitted in the proposals. This matrix estimates the
total amount of the contract that will be spent on core staff and mark up
expenses providing some insight into how much of the contract amount will be
spent on actual construction projects. The proposers are ranked from lowest
estimated cost to highest estimated cost.
1. The Chief Estimator forwards the results of the Schedule of Pricing &
Quantities scoring to the Project Manager.
d. For non On-Call RFPs, the Chief Estimator in Airport Infrastructure Management
performs a costing analysis of the project pricing parameters that were
submitted. A summary of the results of the pricing proposal review is forwarded
to the Project Manager for inclusion in the selection committee review process.
e. The Selection Committee reviews the proposals and scores the proposer.
f. The Project Manager will host a meeting with the Selection Committee to
discuss the results of their scoring and make a determination to award the
contract or which proposers should be short listed for interviews / presentations.
END OF SECTION
3. Other
a. N/A
END OF SECTION
and one copy of the entire contract package is prepared by Contract Procurement
and emailed to the appropriate Consultant / Contractor.
3. The Consultant / Contractor has ten (10) business days (specified in the Instructions)
to return the contract, signed, along with the required bond(s), insurance
certificate(s), and relevant contractor licenses to Contract Procurement.
E. DOCUMENT CONTROL
1. Contract Package
F. REFERENCES
1. Form link
a. Notice to Apparent Low Bidder
2. Process link
a. Construction – Fixed Price / Unit Price Workflow
3. Other
a. N/A
END OF SECTION
the items below have not been completed and forwarded to Business Management
Services. The Project Manager is required to attend the Signing Meeting.
a. Contract Executive Summary
b. Ordinance Request Form
c. BMS Contract Power Point Presentation to City Council
4. Project Manager shall prepare an Ordinance Request Form if the contract meets the
following requirements:
a. Professional Services contracts ≥ $500.000.00
b. Construction & Construction Related Professional Services contracts ≥
$5,000.000.00
5. The contract is approved electronically in Alfresco by the Manager of Aviation. This
starts the formal electronic City and County of Denver signature process in Alfresco.
6. The Project Manager verifies with Finance the amount of the contract has been
encumbered. Supervisor and/or Director will verify this with Finance.
E. DOCUMENT CONTROL
1. Contract Executive Summary
a. BMS Contract Power Point Presentation To City Council
2. Ordinance Request Form
F. REFERENCES
1. Form link
a. Ordinance Request Form
b. Contract Power Point Presentation To City Council
2. Process link
a. Construction – Fixed Price / Unit Price Workflow
3. Other
a. N/A
END OF SECTION
b. On-Call Contracts (Master Contracts) – The Contract will state when it starts.
NTPs are only issue on the executed Task Orders by the Project Manager.
c. On-Call Contracts (Task Orders) - the Notice to Proceed is incorporated into the
Task Orders which are used to initiate the work under On-Call contracts. The
Project Manager shall forecast the official Notice to Proceed date in order to
allow enough time for the signature process.
E. DOCUMENT CONTROL
1. Executed Contract Package
2. Notice to Proceed
3. Appropriate Task Order
F. REFERENCES
1. Form link
a. Notice to Proceed Template
2. Process link
a. Construction – Fixed Price / Unit Price Workflow
3. Other
a. N/A
END OF SECTION
D. PROCESS
1. The Project Manager is responsible for being familiar, understanding, and following
the provisions stated in Executive Order 8 (XO 8) and Memo 8B and Executive Order
101 and Memorandum 101A.
a. Some key provisions of Executive Order 8 (XO 8) and Memo 8B are:
1. Advertising Requirements for Design or Construction Projects
2. Contract Preparation
3. Risk Management and the Insurance Requirements
4. Division of Small Business Opportunity (DSBO) Goals
5. Contract Signing Process
6. City Council Review and Approval Process (required for contracts over
$5,000,000)
7. Pre-qualification (required for contracts over $1,000,000)
8. Prevailing Wage
9. Professional Services Contracts
10. Contract Compliance
b. Key Provisions of Executive Order 101 and Memorandum No. 101A
1. Diversity and Inclusiveness in City Solicitations Information Request Form
must be included in any proposal or response to a solicitation by a
contractor/consultant.
a. Failure to complete and include this form when submitting a response to
a proposal or solicitation will deem the response as non-responsive and
result in a rejection.
2. Business Management Services is responsible for making sure the City
Solicitation Information Request Form is include in each solicitation package.
a. During the review of the draft solicitation package, the Project Manager
will verify this form is included.
END OF SECTION
D. PROCESS
1. When the Project Manager has determined that an existing contract awarded
through the Request for Proposal process needs to be amended they will meet with
their Supervisor to discuss the situation.
2. The Supervisor then presents amendment to the Director and Senior Director for
review, and approval. If approved, the Supervisor will notify the Project Manager
to commence the process for initiating an amendment.
a. If the amendment is increasing the contract amount the Project Manager must
meet with Finance to secure the additional funding.
b. The amendment process takes 3 – 6 months. Amendments can only be executed
on active contracts. If the contract expires during the amendment process, the
amendment will not be approved. The Project Manager shall make sure ample
time is provided to get the amendment initiated and approved before the
existing contract expires.
3. The Project Manager is responsible for preparing the Initial Contract Executive
Summary Form.
a. Anytime during the Contract Procurement period the Project Manager may be
contacted by Business Management Services to provide additional project
information.
b. Prior to preparing the Initial Contract Executive Summary Form the Project
Manager must have the following:
1. Approval of the project from the Senior Director
2. Funding and a budget source number
3. Scope of Work
4. The Initial Contract Executive Summary Form contains various contract details,
project information, terms, funding, MBE/WBE/DBE Goals, and contract justification,
etc..
a. If the original contract had DSBO Participation Goals and the amendment is
increasing the value of the contract, a DSBO Goals Committee Project
Information Form COMP-FRM-001 form is not required.
5. Once completed the Initial Contract Executive Summary (Word Document) package
is emailed to Contract.Procurement@flydenver.com (Business Management
Services) for processing for appropriate signatures. The Project Manager will
forward a copy to the Senior Director and the Deputy Manager.
6. After the Initial Contract Executive Summary is signed by the Project Manager and
Director, the Project Manager will forward it to Business Management Services for
placement on the agenda for the initial Contract Signing Meeting.
7. Once approved Business Management Services will input the data into Alfresco.
Alfresco will automatically request an attorney be assigned to prepare the
amendment.
8. The Project Manager will coordinate the development of the amendment with
Airport Legal Services. Once the draft is completed, Airport Legal Services will
forward it to the Project Manager for review and comments to finalize the draft.
Once finalized the amendment is uploaded into Alfresco.
9. Business Management Services will download the amendment and forward it to the
Second Party for review and signature.
10. Concurrently the Project Manager prepares the Final Contract Approval Contract
Executive Summary (Word Document) package.
a. If the amendment increases the total amount of the contract to ≥ $500,000.00
the Project Manager must prepare the following:
1. Ordinance Request Form (available from Business Management Services)
2. Contract Power Point presentation (available from Business Management
Services)
b. If the total contract value including the amendment is under $500,000.00, it does
not need to go before City Council and therefore neither a Request for
Ordinance or Power Point presentation is required.
11. The Project Manager forwards the Final Contract Approval Contract Executive
Summary package to Business Management Services for review and approval. After
approval, Business Management Services forwards the package to Finance for
review, approval, and signatures. Finance returns the package to Business
Management Services who forwards it to the Project Manager for approval and
signatures. After signing the Final Contract Approval Contract Executive Summary,
the Project Manager returns the complete package to Business Management
Services where it is combined with the Second Party Signed Amendment and
uploaded into Alfresco for the Alfresco approval process.
12. The completed amendment package is placed on the agenda for the Manager of
Aviation Contract Signing Meeting. Amendments are approved electronically in
Alfresco.
13. Once approved by the Manager of Aviation, the amendment package is forwarded
downtown for final approval and signatures.
14. The Project Manager verifies with Finance the amount of the amendment has been
encumbered. Supervisor and Director will verify this with Finance.
15. Once the amendment is fully executed Business Management Services will forward
it to the Second Party and the Project Manager.
E. DOCUMENT CONTROL
1. Executed Amendment
2. Initial Contract Executive Summary Form
3. Final Contract Approval Contract Executive Summary Package
B. REFERENCES
4. Form link
a. Initial Contract Executive Summary Form
b. DSBO Goals Committee Project Information Form COMP-FRM-001
c. Ordinance Request Form
d. Contract Power Point presentation
5. Process link
a. N/A
6. Other
a. Initial Contract Executive Summary Sample
b. Final Contract Approval Contract Executive Summary Sample
END OF SECTION
END OF SECTION
E. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Contract Administrative Status Report Sample
b. Contract Expiration Report Sample
END OF SECTION
3. Level II Schedule
4. Level III Schedule
5. Level IV Schedule
6. Work Breakdown Structure
C. RESPONSIBILITIES
1. Contractor Director Supervisor
2. Designer of Record
3. Finance
4. Project Controls Scheduler
5. Project Manager
6. Stakeholders
D. PROCESS
1. There are four types of project schedules including:
a. Level I Schedule - Milestone Schedule, also known as the Preliminary Schedule or
Master Schedule
b. Level II Schedule - Overall Project Schedule with summary activities
c. Level III Schedule - Work Breakdown Summary Schedule
d. Level IV Schedule - Detailed Activity Schedule, aka Design Baseline Schedule, or
Overall Progress Schedule, or Contract Baseline Schedule, or Design Schedule, or
Construction Schedule, or Final Schedule
2. Project Manager is responsible for developing the Overall Project Schedule (Level II).
a. In developing this schedule, the Project Manager meets with the Project
Controls Scheduler to discuss the project, scope of work, work breakdown
structure (WBS), and key estimated start and finish dates.
b. The Project Manager develops the initial work breakdown structure and logic of
the Overall Project Schedule including Planning, Design, & Construction
activities. Once initially developed, he/she works with the Project Controls
Scheduler to build the work breakdown structure and incorporate the project
logic into the schedule. Both the design and construction portion of the overall
schedule are developed at a basic level, showing only start and finish dates and
total durations. A breakdown of these stages into individual activities is
unnecessary at this level.
c. The Overall Project Schedule is developed preceding the project’s approval and
completion of Finance’s financial plan. The schedule will be developed as part of
the Project Business Case.
3. Determine Project phasing requirements
a. In developing the schedule, the Project Manager determines how the project is
to be phased. In order to determine and develop this, the Project Manager
should consider the following:
1. Budget Allocation and Encumbrance
a. When and how much money needs to be encumbered for the duration of
the project.
2. Project Initiation and Set-Up
a. Key parties and activities to coordinate:
1. Planning – work involved prior to project approval
2. Environmental – project impacts and environmental permitting
3. Permitting – type of permits needed and duration of each
4. Utilities – utilities that need to be design by outside agencies and
existing ones that are affected during the project. This includes
coordination with third parties (eg. Denver Water, Xcel)
5. Project Controls – Project initiation in the Project Management
Systems
3. Plan Review and Permitting
4. Design Contract Procurement
5. Design Activities
6. Possible procurement of long lead equipment
7. Construction Contract Procurement
END OF SECTION
2. The Project Manager, with assistance from the Project Controls Scheduler if
needed, develops the schedule using project management system.
b. Consultant
1. The Consultant develops and submits a detailed design schedule based on
their contractual requirements and the requirements as stated in DSM-1,
Section 106.
2. DIA Design Development
a. The Project Manager reviews the project requirements and organizes the
project design team.
b. Utilizing the scope of work and the work breakdown structure, the Project
Manager compiles information to define the project activities, creating an
estimate of activity resources and durations.
c. The work breakdown structure activity descriptions are expressed in sufficient
detail to provide project team members with description of their tasks, inputs,
outputs, quality requirements and specific technical references.
d. During this process, the Project Manager establishes a timetable when weekly
progress meetings are held. The weekly progress meetings will cover the overall
status of the Project. Refer to Project Scheduling Section 4.2 – Measuring
Progress and Performance of this guideline for further information.
e. The Project Manager may choose to build a design schedule from scratch or use
the Project Controls Design Project Template and adjust or change the logic,
activities and duration to fit the project scope or design development type.
f. If the Project Manager has any difficulty developing this schedule, they should
request assistance from the Project Control’s Scheduler.
3. Consultant Development of Design
a. The Consultant develops their Preliminary and Final schedules in accordance
with DSM-1, Section 106. The schedule shall be based on the Consultant’s
contractual scope of work and project requirements. The timeframe for
submitting the schedules is based on the contractual agreement between the
City and the Consultant.
b. Review of the Schedule
1. Once the Consultant has submitted the preliminary schedule to the Project
Manager, he/she shall forward it to the Project Controls Scheduler for
review and comments. The Project Manager and Project Controls Scheduler
will collaborate on review and editing the schedule.
2. The Project Manager will then return the reviewed and edited schedule to
the Consultant for resolution.
3. The Consultant shall revise the draft schedule and resubmit it to the Project
Manager.
4. The Project Manager and Project Controls review the revised schedule.
5. If the schedule is acceptable, it becomes the Design Baseline Schedule and
will be used as the basis for monitoring progress and impacts of changes. It
will be incorporated into the Overall Project Schedule and replace the initial
design schedule.
c. This approved baseline schedule is updated monthly or as directed by the City.
This baseline schedule and its’ monthly updates are used as the tool to measure
design progress at the weekly progress meetings. Refer to Project Scheduling
Section 4.2 – Measuring Progress and Performance of this guideline for further
information.
4. Outside Entities
a. Water and Electrical Utilities - Denver Water and Xcel are responsible for
providing the design for their services (water, electricity and gas) for any new or
existing facility. Whether the design is performed in-house or by an outside
consultant, the time frame for providing these deliverables must be included in
the schedule. The Project Manager is responsible for coordinating this effort.
E. DOCUMENT CONTROL
1. Design Baseline Schedule
2. Monthly Updated Schedule
F. REFERENCES
1. Form link
a. Project Controls Design Project Template
2. Process Link
a. N/A
3. Other
a. DSM-1, Section 106
b. Project Scheduling Section 4.2 – Measuring Progress and Performance
END OF SECTION
b. Scheduling activities will be consistent with work items listed in the Schedule of
Values including all constraints and milestones listed in the contract documents
as well as the defined sequence of construction.
c. The schedule shall be submitted to the Project Manager for review and
approval. GCC 306
d. The Contractor is responsible for implementation and maintenance of the
schedule in accordance with the Contract Documents.
4. Upon receipt of the draft baseline schedule, the Project Manager shall coordinate
with the Project Controls Scheduler for review and comment. Once the review is
complete, the Project Manager will forward the schedule with comments to the
Contractor. If rejected, the Contractor will revise the schedule in accordance with
DIA’s comments and resubmit. If the schedule is accepted, the Project Manager will
identify it as the official baseline schedule for the project and incorporate it into the
overall project schedule.
5. From that point on, this schedule will be the baseline schedule and is used as the
basis for monitoring the project.
6. The Construction Schedule must be updated monthly by the Contractor and
submitted to the Project Manager. Submittal of schedules shall be in compliance
with Technical Specification Section 013300.
7. Cost and Resource Loading
a. Contracts of $500,000 or more must be cost loaded to match the contract
amount and labor hours loaded, for direct man hours, to track performance. The
Project Manager shall reject schedules that do not comply with this
requirement.
b. Contracts below $500,000 are not necessarily required to be cost and resource
loaded. This decision shall be left to the sole discretion of the Project Manager.
8. The Final As-Built Schedule – Upon completion of the project, the Contractor shall
submit a final as-built schedule within 30 days of Substantial Completion of the
project. The project will not be closed out until the Project Manager receives and
approves the Final As-built schedule.
9. Failure to Comply – Should the Contractor fail to comply with the scheduling
requirements as identified in the Contract Documents, the Project Manager may
withhold payment(s) until such time as the Contractor has submitted a schedule or
updates that are approved.
E. DOCUMENT CONTROL
1. Baseline Schedule
2. Monthly Updated Schedules
3. Final As-Built Schedule.
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Technical Specification Section 013300
b. GCC 306
END OF SECTION
c. Duration Changes
d. Critical Path Changes
e. Added or Deleted Activities
f. Down days due to weather, strikes, shutdowns, etc
g. Project % Complete
h. Estimated Finish Date
i. Updated Project Budget (if it has changed)
j. Change Orders to the Contract
k. Estimate at Completion (EAC)
l. Project Comments (Status or Issues)
5. Should any of the key dates of the project phases change, the Overall Project
Schedule must be updated to reflect this. The Overall Baseline Project Schedule will
be compared to the updated project schedule throughout the duration of the
project and will be used as a key reference in determining delays, allocation
responsibility for delays, and schedule extensions.
6. Design Updates
a. The submitted and approved design baseline schedule will be set as the design
contract schedule to compare updates against. The monthly updated design
schedules, submitted by the Consultant, will be used to show the progress of the
design. The Project Manager will compare the updated schedule against the
baseline to determine if there are any changes to the design or project finish
date, or any impacts that will affect milestones in the project.
7. Construction Updates
a. The Contractor is responsible for submitting monthly updates to their schedule
in accordance with the technical specifications and contact documents. The
updated construction schedules, submitted by the Contractor, will reflect the
progress of the construction. The Project Manager compares the updated
schedule to the baseline and determines if there are any changes to the project
finish date or any other key changes that may affect the milestones of the
project. Refer to Technical Specification 013300 and GCC 306.
END OF SECTION
3. The overall project schedule and contract schedule must include all approved
Change Orders. It is the responsibility of the Project Manager to review each
approved Change Order to determine the impact of the change. The contract
schedule must match the approved contract amount.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form Link
a. N/A
2. Process Link
a. N/A
3. Other
a. N/A
END OF SECTION
4. The Project Manager will address any impacts to the project finish dates with their
Supervisor, Director and Stakeholders.
E. DOCUMENT CONTROL
1. Monthly Schedule Update
2. Baseline schedule
F. REFERENCES
1. Form Link
a. N/A
2. Process Link
a. N/A
3. Other
a. N/A
END OF SECTION
10.7 ESTIMATING
A. BACKGROUND
1. All Projects or changes to projects require one of the following to assist in defining
the overall Project Budget or Budget impact:
a. Estimate
b. Cost Proposal or
c. Cost Analysis
2. The information included in Analysis should include
a. Design
b. Markup
c. General Conditions
d. Permitting
e. Staffing
f. Construction Management
g. Escalation
h. Contingency
i. Taxes
j. Bond
k. Insurance
l. Art Program
3. These evaluations should take into consideration:
a. Type of Proposal (i.e. CMGC, DBB, DB, On-Call)
b. Type of Work (i.e. Airfield, Roadways, Facilities)
c. Overall Scope of Work
d. Schedule
e. Stakeholder impacts
g. NECA Tool & Equipment Rental Schedule – reference source for tools and
equipment rates not listed in Equipment Watch
h. URDB – Unit Rate Data Base, Historical cost data from Denver International
Airport
B. KEY TERMS
1. Basis of Estimate
2. Construction Management
3. Contingency
4. Cost Analysis
5. Cost Proposal
6. Escalation
7. Estimate
8. General Conditions
9. Markup
10. Rough Order of Magnitude (ROM)
C. RESPONSIBILITIES
1. Chief Estimator
2. Consultant
3. Contractor
4. Estimating Team
5. Estimator
6. Project Manager
7. Stakeholder
8. Supervisor
D. PROCESS
1. A formal request for estimate or Analysis, will be coordinated with the Chief
Estimator for assignment to an Estimator or Estimating Team.
2. The Project Manager will include all available information, including Drawings,
Specifications, and Scope, as well as define the purpose for the budget and the
expected timeline for development of the estimate or evaluation.
a. In the event the available information is insufficient to develop an accurate
estimate, the Project Manager will work with the Estimator to develop a ROM of
the work based on all available information.
3. The assigned estimator will develop a ROM or an estimate within the agreed to
timeline, and may submit it to the Chief Estimator for review prior to submitting it
to the Project Manager.
a. In addition to the estimate, a basis of estimate shall be completed by the
Estimator which will summarize specifics in the Estimate.
1. Assumptions
2. Exclusions
3. Clarifications
4. Notes
b. In the event that a ROM is developed, the basis of estimate may not be required.
4. Once approved, the Estimator will submit the Estimate to the Project Manager and
explain the process of development and all exclusions from the estimate.
a. The ROM or estimate will include a detailed list of known exclusions to the
budget so that the Project Manager can identify further budget needs prior to a
formal request for funding.
5. The Estimator will refine the ROM or estimate after consulting with the Project
Manager and submit the final analysis to both the Chief Estimator and the Project
Manager.
6. For Projects already in construction, the Estimator will be available to review,
analyze, and/or negotiate change (CRs, CCRs, COs) to the scope of work.
E. DOCUMENT CONTROL
1. Basis of Estimate
2. Cost analysis
3. Cost proposals
4. Estimates
5. ROMs
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. RS Means
b. Richardson
c. Equipment Watch
d. MCAA – Mechanical Contractors Association of America
e. NECA – National Electrical Contractors Association
f. URDB – Unit Rate Data Base
END OF SECTION
3. The Project Manager will send meeting invitations via email to each DIA section
manager, Stakeholders (Grant providers, Utilities, etc.) and the Designer of Record
(if applicable). The DIA section manager will assign the appropriate Subject Matter
Experts to attend this initial meeting.
a. Subject Matter Experts are individuals identified by the appropriate section or
division leader as personnel able to provide meaningful feedback about the
project requirements to the Project Manager.
b. If a representative from a specific section cannot attend the meeting, an alternate
should be sent to represent the section.
4. Along with the meeting invitation, the Project Manager will send a meeting agenda.
The agenda should follow the Initial Project Concept Review Meeting Agenda
Template Form PS-45.
5. The Project Manager will facilitate the meeting and provide all documents required
at this meeting.
a. The meeting documents should be provided to the participants one week before
the meeting.
b. The meeting documents should include, but not be limited to:
1. A meeting agenda
2. A high level Scope of Work
3. The overall project budget
4. A basic schedule for the overall project
5. A footprint drawing identifying the location of the project on airport
property.
c. If an invited section is not represented at the Initial Project Concept Review
Meeting, the Project Manager shall follow up with the DIA Section Manager to
discuss the project and determine what, if any components of the project might
impact that particular DIA section or discipline.
6. The Project Manager, or designee, will draft meeting minutes following the
General Meeting Minute Form PS-41
a. The meeting minutes should include:
D. PROCESS
1. The Supervisor shall appoint a DIA Project Manager to oversee the entire project,
which includes the design, as described in Design Activity Section 11.11 Design
Activity Phases. The DIA Project Manager will report to the Supervisor. The
Director has ultimate responsibility and authority for all projects at DIA. The DIA
Project Manager is responsible for managing the design, including scope, schedule
and budget, of a single project. This includes oversight of all tasks described in this
manual.
2. Project Manager responsibilities include, but are not limited to, the following:
a. Plan, schedule, and facilitate project meetings throughout the process, as
required and described in Design Activity Section 11.11 Design Activity Phases, to
approve design decisions and monitor the project’s progress. This may include
coordination with other DIA sections and/or with outside agencies, such as
Environmental, AIM Sections, City and County of Denver, Development Services,
Denver Fire Department, FAA, CDOT, Denver Wastewater, etc.
1. Project meetings shall include individuals identified at the Initial Project
Concept Review Meeting.
2. Meeting invitations shall be provided via email, two weeks before the
scheduled meeting. An agenda shall be included with the meeting invitation,
following the General Meeting Minute Form PS-41.
3. Meeting documents to support the meeting agenda items should be
provided to the participants one week before the meeting.
4. Meeting minutes, prepared by the Project Manager or designee, shall be
drafted and finalized within three days of the meeting, following the General
Meeting Minute Form PS-41. The meeting minutes shall be distributed to all
who were invited to the meeting.
b. Direct, and monitor development of the design and related documents, as
identified in Chapter 11 – Design Activity of this manual. All project documents
must be designed within the guidelines and specifications established by DIA.
c. Follow, and ensure that others follow, BIM Model, DSM-01 Chapters 9 and 25,
for document retention, including incorporating all as-built (red-lined) contract
documents (eg. Drawings, Specifications, etc.).
a. Initiate value engineering, consistent with Design Activity Section 11.16 Value-
Engineering.
b. Coordinate with DIA Project Controls Estimators to develop a cost estimate using
the Project Data Definition Form CM-83 and budget reconciliations for the
project.
1. Depending on the complexity of the project, the DIA Project Manager may
develop cost estimates at the 30, 60 and 90 percent to ensure the project is
staying within the budget requirements and the amount encumbered at the
time of project approval.
c. Develop and maintain a Project Schedule to include all activities of the Project.
Refer to Chapter 10: Project Controls.
1. The project schedule should identify the major task elements, key
milestones, deliverables, project reviews, and durations of tasks.
2. The project schedule should be reviewed and updated as necessary.
d. Ensure that the project has been set-up in the Enterprise Project Management
program and follow the document control measures identified in these
repositories.
e. If the construction of the project will not be processed as a Task Order, the DIA
Project Manager shall work with DIA Business Management Services to prepare
contract documents for competitive bidding process, following the process
described in Chapter 9: Contract Procurement.
1. Work with DIA Business Management Services to prepare the Contract data
Form to advertise the project following the process described in Chapter 9:
Contract Procurement.
2. Work with DIA Business Management Services as the point of contact to
respond to the questions that come from the bidders. Prepare and issue
addendums as necessary.
3. Work with DIA Business Management Services to review the bids received
and award the construction of the project, following the process described in
Chapter 9: Contract Procurement.
f. During construction, serve as DIA Project Manager and primary point of contact.
g. Use the Checklist for Closeout of Design Contracts Form PS-24 to properly close
out the project in a timely manner.
4. For projects using an Outside Consultant (Designer of Record (DOR)) to complete
the design, the DIA Project Manager responsibilities shall also include, but not be
limited to, the following:
a. Solicit design cost proposals consistent with Design Activity Section 11.3 Design
Cost Proposals
b. Secure an Outside Consultant using the process identified in Chapter 9: Contract
Procurement
c. Manage the Outside Consultant’s contract or Task Order in accordance with
Contract Documents.
1. Ensure the Outside Consultant is designing the project within the contractual
requirements and the DSM manuals as they apply to the proposed scope of
work. Outside Consultant is required to perform all work in accordance with
the DSM-12 (all chapters applicable to deliverables necessary to complete
the work)
2. Coordinate and chair the City and County of Denver Project Progress
Meetings with the Outside Consultant.
3. Ensure the Outside Consultant creates a project schedule and delivers
products to DIA within the timeframe(s) identified.
4. Monitor the Outside Consultant’s budget and review and approve invoices.
5. Setup the budget for internal staff and ensure funds have been encumbered.
5. For projects using an Outside Consultant to complete the design, the Outside
Consultant’s responsibilities include, but are not limited to, the following:
a. Designate a Consultant Project Manager to be the single point of contact for DIA,
responsible for all activities associated with the scope of work (SOW) and
responsible for ensuring the project is designed within the guidelines and
specifications established by DIA and the contractual requirements that are
within the project budget.
4. Meeting minute(s)
5. Project Data Definition Form
6. Project Schedule
7. Review Comments
F. REFERENCES
1. Form Link
a. Checklist for Closeout of Design Contracts Form PS-24
b. Cost Estimate Template
c. Design Quality Control Checklist Form PS-23
d. General Meeting Minute Form PS-41
e. Project Data Definition Form CM-83
f. Meeting Agenda Template
g. Project Schedule Template
h. Review Comment Form
i. Sample Submittal Log
2. Process Link
a. N/A
3. Other
a. DSM-01 Chapter 25
b. DSM-01 Chapter 8
c. DSM-01 Chapter 9
d. DSM-1
e. Chapter 9: Contract Procurement
f. Chapter 10: Project Controls
g. Chapter 11 – Design Activity
h. Design Activity Section 11.3 Design Cost Proposals
END OF SECTION
b. The Project Manager can issue an RFP to one or several existing DIA contracted
On-Call Consultants using form Request for Proposal – Form (PS-02) requesting a
cost proposal to perform design services for a particular project.
c. The process to be followed to justify a Task Order through an existing On-Call
contract is described in Project Delivery Section 3.6 – On-Call Master Contracts.
4. Firm Fixed Price Not-To-Exceed Value Contracts
a. If it is determined by the Senior Director in the best interest of DIA to obtain cost
proposals from various Consultants either, the Project Manager will have to
advertise and issue an RFP to make the opportunity available to all firms to
propose.
1. This process requires the project opportunity be advertised to the public for
90 days, on the 90 day Forecast List before the formal advertisement of the
RFP as described in Contract Procurement Section 9.5 Pre-Advertising 90 day
Forecast Requirements.
b. The process to initiate a Firm Fixed Price Not-To-Exceed Value Contract is
described in Chapter 9 - Contract Procurement.
B. DOCUMENT CONTROL
1. Request for Proposal – Form (PS-02)
C. REFERENCES
1. Form link
a. Request for Proposal – Form (PS-02)
2. Process link
a. N/A
3. Other
a. Project Delivery Section 3.6 – On-Call Master Contracts
b. Contract Procurement Section 9.5 Pre-Advertising 90 day Forecast Requirements
c. Chapter 9 - Contract Procurement
END OF SECTION
11.4 DESIGN SERVICES FOR EXPANSION OR MODIFICATION OF THE WATER DISTRIBUTION SYSTEM
A. BACKGROUND
1. On July 11, 2006 a Memorandum of Understanding (MOU) was issued between the
Board of Water Commission and the Department of Aviation which designated
Denver Water as the only agency that can provide Design and Inspection Service for
the expansion or modification of the water distribution system at DIA. Denver
Water is the sole source that can provide design drawings and specifications for all
new construction that involves the installation of a water service, potable or fire
protection.
B. KEY WORDS
1. Guarantee Maximum Price (GMP)
2. Memorandum of Understanding
C. RESPONSIBILITY
1. Denver Water Design Project Engineer
2. Design Build Contractor
3. Designer of Record
4. Design Consultant
5. Director
6. Project Manager
7. Senior Director
8. Supervisor
D. PROCESS
1. The Project Manager meets with their Supervisor to discuss all of the requirements
of the project.
2. Project Manager develops the Request For Proposal - PS-01 requesting Denver
Water to provide a cost for providing design documents and inspection services for a
facility that requires the installation of water service.
b. First Amendment MOU DIA & Denver Water, Design Fees, July 11, 2011
c. Denver Water Response to RFP – Sample
d. Request for Proposal Denver Water Design Services PS-01 Sample
e. Denver Water Project Authorization PS-44 Sample
f. Denver Water Technical Specification Section 02523
END OF SECTION
11.5 APPLICATION FOR ELECTRICAL AND GAS SERVICES – DESIGN AND CONSTRUCTION
A. BACKGROUND
1. Xcel Energy (formerly Public Services Company of Colorado) and the City and County
of Denver are parties to a Franchise Agreement and an Operating Agreement. Under
this agreement Xcel Energy is the only entity franchised to deliver electric and
natural gas services to Denver International Airport. There are a few outlying regions
of DIA property that are in Adams County, and are served by United Power but for
the large majority of facilities located on Airport Property, Xcel Energy is the
provider.
2. For electrical services, Xcel Energy is responsible for designing and installing the
main power from the primary side of the service, up to and including the
transformer. DIA is responsible for the designing and installing the electrical power
from the secondary side to and throughout the facility.
3. For natural gas services, Xcel Energy is responsible for providing the design and
installation of the gas line up to and including the gas meter. DIA is responsible for
designing and installing the remaining portion of the gas line from the meter to and
throughout the facility.
4. For Tenant work, the Tenant is responsible for having the gas line designed and
installed from the meter to and throughout their designated area. For electrical
service, the Tenant is responsible for having the electrical service designed and
installed from the power source (Power Distribution Panel) assigned to them by DIA,
to and throughout their designated area.
B. KEY TERMS
1. N/A
C. RESPONSIBILITIES
1. Energy Manager
2. Geographic Information System Analysis
3. Project Manager
4. Purchasing Agent
5. Supervisor
6. Tenant
7. United Power
8. United Power Project Coordinator
9. Utilities Coordinator
10. Xcel Designer
11. Xcel Energy
D. PROCESS
1. When new gas or electric service is required, the Project Manager completes an
Xcel Energy Service Application. The Project Manager can complete the Service
Application on-line and submit it directly to Xcel Energy or they can download the
Service Application form and fax it to Xcel Energy.
a. When completing the form, the Project Manager should get the service address
from the DIA Geographic Information System Analysis. A copy of the completed
Service Application should be forwarded to DIA’s Energy Manager and to DIA’s
Utilities Administrator to ensure consistency in metadata with the new meters.
See Design Activity Section 11.10 – Obtaining Project Addresses of this guideline
for further information.
2. The DIA Energy Manager will also require a description of the physical locations and
the main loads being served. For Tenant projects, the Tenant is responsible for
completing the service application. The Tenant shall provide to the Project
Manager a copy of the application and the expected Tenant electrical loads. This
information is to be passed on to the DIA Energy Manager.
3. If it determined that United Power will be the provider of electrical service for that
facility, the Project Manager completes an Electric Service Request and submits it to
the United Power Project Coordinator. A copy of the completed Electric Service
Request is sent to the DIA Energy Manager and the DIA’s Utilities Administrator
along with the information as stated above.
4. Design Phase
a. Once an Xcel Designer is assigned to a project they will notify the Project
Manager and requests a set of drawings to scale, so that they can develop a cost
estimate for the design and construction of the system. The Project Manager is
to include the address card as part of the drawing package.
b. From this information, the Xcel Designer develops a cost proposal for providing
this service. The Xcel Designer sends the cost quote letter to the Project
Manager for review and approval.
c. If the quote is acceptable, the Project Manager will have a purchase requisition
developed and a purchase order will be sent to Xcel to perform the work. The
quote letter must be attached to the Purchase Requisition.
1. For the purchase order process, go to Design Activity Section 11.23 –
Purchasing.
2. The purchasing process falls under the classification of “Sole Source” and
would normally require a “Justification for Sole Source” memo. However,
since this is related to Xcel Energy (or in a few cases, United Power), which is
the only entity authorized to deliver electric energy and gas service within
the designated are, purchasing does not require such a memo.
3. Once Xcel Energy receives the Purchase Order, they will proceed with the
design and construction of the project. Xcel Energy is responsible for
obtaining all required permits.
5. Construction
a. Once installation of the services is complete and the meter has been installed,
brass tags are to be installed on the meter housing. These tags are to contain the
assigned address, and the designation of the main switchgear or panel-board
served, DIA Maintenance is responsible making and installing the tags.
E. DOCUMENT CONTROL
1. United Power Electric Service Request
2. Xcel Application for Gas and Electric Service
F. REFERENCES
1. Form Link
a. Xcel Application for Gas and Electric Service On-Line
b. Xcel Application for Gas and Electric Service Form
END OF SECTION
11.6 OVERHEAD MULTIPLIER FACTOR AND CORE STAFF LABOR RATES – (MASTER ON-CALL AND FIRM FIXED
PRICE, NOT-TO-EXCEED CONTRACTS)
A. BACKGROUND
1. As part of the required submittals in the initial Request For Proposals (RFP) package,
Consultants must complete Submittal 2 – Overhead Multiplier Factor Calculation
form and Exhibit E – Core Staff Labor Rate Proposal.
a. Submittal 2 – Overhead Multiplier Factor Calculation form is used by the
Consultant to show in detail how the Overhead, Fringe Benefits and Profit
Multiplier Factor were calculated. This information allows DIA to properly
review and determine if the factor is reasonable, fair, and acceptable.
1. This resulting multiplier is subsequently used in the Exhibit E – Core Staff
Labor Rate Proposal to calculate the billable (loaded) hourly rates for core
staff personnel the Consultant is allowed to bill DIA during the project.
b. Exhibit E – Core Staff Labor Rate Proposal identifies the personnel that the
Consultant is proposing to work on a project, their base hourly rate, and their
DIA billing rates. Exhibit E is employee specific, not job title specific.
B. KEY TERMS
1. Construction Administration
2. Construction Documents
3. Contract documents
4. Design Analysis Programming
5. Design Development
6. On Call Professional Services
7. Request for Proposal (RFP)
8. Schematic Design/Preliminary Design
C. RESPONSIBILITIES
1. Airport Legal Services
2. Business Management Services
3. City & County of Denver’s Career Services Authority
4. Consultant
5. Director
6. Financial Analyst – Airport Infrastructure Management
7. Project Manager
8. Selection Committee
9. Subconsultants
D. PROCESS
1. Submittal of Forms
a. The Consultant is required to submit both the Submittal 2 – Overhead Multiplier
Factor Calculation and Exhibit E – Core Staff Labor Rate Proposal with their
response to the RFP. The Project Manager is responsible to ensure the latest
versions of the forms are included in the RFP.
1. If the Consultant has identified any subconsultants they will work with,
those subconsultants are required to also submit a Submittal 2 – Overhead
Multiplier Factor Calculation and Exhibit E – Core Staff Labor Rate Proposal in
the proposal.
b. For On Call Professional Services RFPs, where DIA has no specific task yet
identified, the Consultant and any Subconsultants, if applicable, must present
their respective core staff billable rates in Exhibit E – Core Staff Labor Rate
Proposal for review and approval.
1. As On-Call projects are identified, before awarding the Task Order, the
Submittal 2 – Overhead Multiplier Factor Calculation and Exhibit E – Core
Staff Labor Rate Proposal are sent to any new Subconsultant(s) that are
expected to work on the new task, if DIA has not already received and
approved an Exhibit E file from that entity.
2. The billable hourly rate for each employee must be reviewed and approved
by the Director before the employee begins work at DIA.
2. Evaluation of the Forms
a. The Project Manager will provide the forms to the AIM Financial Analyst -
Airport Infrastructure Management for review and comment. The Financial
Analyst will prepare a summary report of his/her review of the Submittal 2 –
Overhead Multiplier Factor Calculation and Exhibit E – Core Staff Labor Rate
Proposal for the Project Manager.
b. Upon receipt of the forms, the Project Manager will review it and discuss it with
the Director. If there are no issues to negotiate, the Project Manager will accept
the consultant billing rates submitted and notify the consultant of DIA’s decision
and incorporate the Exhibit E – Core Staff Labor Rate Proposal into the contract
document. If there are issues, the Project Manager will set-up a meeting with
the Consultant to negotiate acceptable rates.
3. Acknowledgment of Rates
a. For Master On-Call Professional Services Contracts, once the Overhead Multiplier
Factor rate is approved, the Project Manager will issue an Acknowledgement
Letter to the , confirming the negotiated rates (incl. Subconsultants) on the
Submittal 2 – Overhead Multiplier Factor Calculation Form. The calculated
Overhead / Multiplier Factor will be effective for the duration of the contract
unless otherwise stated in the contract documents.
1. Any rate increase, (if allowed by the Contract Documents), must not exceed
the annual rate increase percentage for the appropriate job title(s) as
determined by City & County of Denver’s Career Services Authority for
similar job titles.
b. For proposed, Not-To-Exceed Value Contracts, after the Selection Committee’s
review and recommendation of the proposals, the Project Manager will notify
Business Management Services of the results and Business Management
Services will notify the successful consultant that they have been selected for
the project and that a negotiation meeting will be set up if warranted.
1. A negotiations meeting will be set up if, based on the summary report from
the Financial Analyst - Airport Infrastructure Management, the Project
Manager elects to negotiate the Multiplier Factor and Core Staff Labor Rates.
Once all parties are in agreement, the Project Manager will request the
consultant resubmit an Exhibit E – Core Staff Labor Rate Proposal with the
new agreed upon billing rates for all Consultant and Subconsultant
employees anticipated to work on the contract. The Exhibit E – Core Staff
Labor Rate Proposal will be forwarded to Airport Legal Services where it will
get incorporated into the Contract.
E. DOCUMENT CONTROL
1. Acknowledgement letter
2. Exhibit E – Core Staff Labor Rate Proposal
3. Financial Analyst Summary Report of Exhibit E
4. Financial Analyst Summary Report of Submittal 2
5. Request for Proposal
6. Submittal 2 – Overhead Multiplier Factor Calculation
F. REFERENCES
1. Form link
a. Acknowledgement Letter
b. Exhibit E – Core Staff Labor Rate Proposal
c. Submittal 2 – Overhead Multiplier Factor Calculation
2. Process link
a. N/A
3. Other
a. DSM-01
b. Federal Acquisition Regulation FAR 15.404-4(c)(4)(i)(B)
END OF SECTION
1. The Outside Consultant must also indicate on the RFI form if there will be
cost or schedule impacts relative to their proposed solution and also state
the reason for these impacts.
2. The Outside Consultant’s proposed solution shall not be binding upon the
reviewer.
3. While RFIs should all be responded to within 5 business days, if the issue is
critical, the Outside Consultant will provide an earlier deadline for
responding to the RFI.
a. This deadline is not contractually binding, but shall be adhered to where
possible to continue forward progress of the project.
2. Receipt of a Request for Information
a. The DIA Project Manager has the overall responsibility to review, distribute (if
required), track progress, expedite as necessary, respond to, and return each RFI
submitted.
1. The Project Manager shall review the incoming RFIs from the Outside
Consultant and confirm that the questions are stated clearly, the proposed
solutions are realistic, and the requested RFI response date is reasonable.
2. Receipt of the RFI by DIA and confirmation of the requested RFI response
date will be provided to the Consultant by the DIA Project Manager within 5
business days of receiving the RFI.
a. If the Outside Consultant requests an unreasonable or unattainable
response time to an RFI, the Project Manager will immediately notify the
Outside Consultant in writing when a response may be expected. If
appropriate, the Project Manager’s notification should cite any delays or
untimely circumstances surrounding the Outside Consultant’s submittal
of the RFI.
1. The revised schedule for responding to the RFI will be determined by
the DIA Project Manager and Director, but shall remain within the
established 5 business days for typical RFI responses.
b. If the answer to the question can be found in the Design Standards
Manuals, or the contract documents, the Project Manager will respond
with the correct Contract Document Reference.
3. If a valid issue is raised in the RFI, the DIA Project Manager will determine
if/who the RFI should be forwarded to so the proper response can be
obtained and will prepare his/her comments to the reviewer as a separate
attachment to the RFI (i.e., not written on the face of the document).
3. Response to a Request for Information
a. The Project Manager will review the response received from the appropriate
reviewer(s), determine if it satisfactorily addresses the question, and will
determine its possible effects on the contract costs, time, or function.
1. If, in the Project Manager’s opinion, cost, time, or function is affected, the
Project Manager will notify the reviewer(s) and the Director for
consideration of the response before returning the RFI to the Outside
Consultant.
b. The response to an RFI shall not:
1. state that the reply will be issued in a forthcoming change
2. State the reason for the clarification
3. address alleged liability of any of the parties, or
c. The Project Manager will close the RFI in the Project Management System and
email the Consultant that the RFI has been responded to and that it is closed.
4. Request for Information Log
a. All RFIs are logged and tracked in PCM.
E. DOCUMENT CONTROL
3. Requests for Information
4. Request for Information Log
F. REFERENCES
3. Form link
b. Request for Information (RFI) form
c. Request for Information Log template
2. Process link
a. RFI Workflow
4. Other
a. Design Standards Manuals
END OF SECTION
discuss the situation with the Director coordinate this activity with Finance
prior to proceeding.
2. Design Changes to In-House Design Work
a. The Project Manager is responsible for incorporating approved design changes
into in-house design work, including amending the project scope, schedule and
budget to reflect the design change.
1. The Project Manager will work with the appropriate Subject Matter Experts
to amend the scope, schedule and budget.
2. Project Controls will review the proposed budget and make a
recommendation to the Project Manager.
b. Once the proposed amendments have been completed, the Project Manager
will review the amendments with the Supervisor and Director for approval
before proceeding with the changes.
c. The Project Manager will verify with Finance any additional funding
requirements before proceeding with the change(s).
3. Design Changes to an Outside Consultant
a. Amendment - Lump Sum, Not-to-Exceed Contract
1. For lump sum, not-to-exceed contracts, an Amendment is the formal
document that DIA uses to increase the consultant scope of work, contract
value, and/or time, if the additional work is related to the original work.
2. Requesting an Amendment / Expanded Scope
a. If an Amendment is required, the Project Manager will coordinate the
development and processing of it with Business Management Services
and Airport Legal Services.
b. An Amendment to a contract may require City Council approval.
a. Refer to the Chapter 9 – Contract Procurement of this Guideline for this
process.
b. Additional Services Authorization - Professional Service Contract
4. Once the amendment has been approved by DIA and the Project Manager
has verified that the funds have been encumbered, the Project Manager will
forward the executed amendment to the Outside Consultant.
a. The executed amendment serves as the Outside Consultant's
authorization to proceed with the additional work and incorporates
changes to the Task Order for payment. It is also part of the Outside
Consultant's Contract.
b. The Outside Consultant cannot bill for any work performed under this
amendment until they receive an executed copy of it from the Project
Manager. Any work performed by the Outside Consultant without an
executed amendment is at the sole risk of the Outside Consultant.
E. DOCUMENT CONTROL
3. Additional Services Authorization form (professional service contract, additional
services)
4. Amendment to contract (lump sum, not-to-exceed contract)
5. Design Change Request Form
6. In-House scope, schedule and budget amendment
7. Meeting Minutes from Negotiations Sessions
8. Negotiation Session Agreement Form
9. Proposal for Additional Services (Master on-call, task order)
10. Proposal for Additional Services(professional service contract, additional services)
11. Request for Proposal (Master on-call, task order)
12. Request for Proposal for Additional Services (professional service contract,
additional services)
13. Task Order Authorization Amendment (Master on-call, task order)
F. REFERENCES
3. Form link
a. Additional Services Authorization form (PS-06)
b. Amendment Template & Sample
END OF SECTION
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. City & County of Denver’s Executive Orders #123 Office of Sustainability and
Citywide Sustainability Policy
b. Design Standards Manuals
1. DSM 1 Standards and Criteria
2. DSM 2 Architectural
3. DSM 3 Structural
4. DSM 4 Mechanical
5. DSM 5 Electrical
6. DSM 7 Signage
7. DSM 12 CADD, GIS, & BIM
8. DSM 14 Tenant Development Guidelines
c. LEED rating system
END OF SECTION
2. Project Manager provides the Geographic Information System Analysis with DIA
coordinates of the project from the DIA Survey Office or the Colorado State Planes
Central.
a. The Project Manager also provides the direction the structure, meter, sign, etc.
will be facing (North, South, East, and West). This information is important
because it determines the address of the Work.
1. If an object is being installed on Pena Boulevard, then the Project Manager
must identify if the sign will be facing inbound, east or west side or outbound
east or west side.
2. If an object is to be installed on a street, the Project Manager must state the
direction the sign must face (North, South, East, and West). This is based on
the flow of traffic.
b. The Project Manager must provide a copy of the executed Project Letter of
Authorization (LOA).
1. The Geographic Information System Analysis (GISA) will not provide any
information, until they receive it.
3. Once the Geographic Information System Analysis has received this information,
they locate the structure on the “DIA Address Grid” map. As soon as the location is
determined, the Geographic Information System Analysis (GISA) establishes the
address and creates an “Address Card”.
4. Geographic Information System Analysis (GISA) emails a copy of the “Address Card”
to the Project Manager.
5. The Project Manager incorporates the address into the contract documents. If the
Designer of Record (DOR) is an outside consultant, the Project Manager will email
the “Address Card” to them so that they can incorporate the information into the
contract documents.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Forms
a. N/A
2. Process Links
a. N/A
3. Other
a. Sample “Address Card”
b. Letter of Authorization
END OF SECTION
7. Project Manager
8. Subject Matter Expert
D. PROCESS
1. Design Analysis Programming
a. The goal of this phase is to make sure the project is designed to meet its
intended purpose.
b. The design analysis programming phase is to be completed prior to initiating any
activity associated with the design of a project. It occurs when the project is 0%
complete, in the Preliminary Phase.
c. The primary task of this phase includes the Initial Project Concept Review
Meeting described in Design Activity Section 11.1 Initial Project Concept Review
Meeting.
d. Once the Project Manager has incorporated the feedback from the Initial Project
Concept Review meeting into the design, the project can proceed to the next
phase, schematic design/preliminary design.
2. Schematic Design/Preliminary Design
a. The goal of this phase is to ensure the design documents meet the requirements
of the project.
b. The schematic design/preliminary design phase takes the design drawings and
specifications to approximately 30% complete.
1. This phase usually contains the basic layout of the project which could
include civil, architectural, mechanical, and electrical flow diagrams.
2. The 30% design is the development of graphic and written conceptual design
solutions for the project submitted to DIA for review, comment, and
approval.
c. DSM-01, Chapter 4 provides the requirements of the schematic
design/preliminary design phase.
3. Design Development
a. The goal of this phase is to take the design drawings and specifications to
approximately 60% complete.
b. The Design Development phase begins after the Schematic Design documents
have been reviewed, commented on, and accepted by DIA and the involved
stakeholders, (typically not more than a two (2) week review process).
c. During Design Development, the design is refined to include more details and
identifies materials, components, and systems to be incorporated into the scope.
The Designer of Record provides drawings and documents for the Project
Manager showing the project’s range and quality.
d. DSM-01, Chapter 5 provides the requirements of the design development phase.
4. For all design work that affects or alters the aesthetics of an existing facility (inside
or outside) or involves the construction of a new facility, the Director is required to
present the design to the Design Review Committee for approval. The Design
Review Committee meets every other Thursday at 2:00pm. It is up to the Director
to determine at what phase the design is to be presented to the Design Review
Committee for approval.
5. Construction Documents
a. The goal of this phase is to take the construction documents to approximately
90%-100% complete.
b. Construction Documents are the design drawings and specifications, including
written and graphic directions, used for bidding and construction of the project.
1. These documents should be precise, consistent, comprehensive and apply to
the design intent.
2. They must be coordinated with all sections and disciplines associated with
the project and its location.
3. They must be prepared in conjunction with the project requirements.
c. Once the Outside Consultant completes the construction documents, the
Project Manager will coordinate a final review of the documents.
1. The Project Manager shall coordinate a final review meeting with all Subject
Matter Experts and other personnel associated with the project to ensure
the design complies with the original concept and meets the needs and
requirements of the stakeholders and the engineering and maintenance
organizations.
E. DOCUMENT CONTROL
1. Bid Evaluation
2. Construction drawings and specifications
3. Quality Assurance Checklist
4. Quality Control Checklist
5. Schematic design/preliminary design drawings and specifications
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Chapter 6 – FAA
b. Chapter 9 - Contract Procurement
c. Design Activity Section 11.1 Initial Project Concept Review Meeting
d. Construction Activity Section 12.31 Construction Contract Closeout
e. Design Closeout Checklist PS-24
f. Denver Revised Municipal Code, Chapter 5 - Airport & Aircraft, Article II-
Operations of Denver Municipal Airport System, Section 5-19
g. DSM-01
2. DSM-01, Chapter 4
3. DSM-01, Chapter 5
4. DSM-01, Chapter 6
5. DSM-01, Chapters 8, 9 and 10
h. DSM-12
i. Final Certificate of Completion
END OF SECTION
2. Formal Reviews
a. The formal review process is intended to:
1. Provide all project team disciplines an opportunity to assess progress in their
areas of expertise.
2. Ensure that changes to the project definition, which may result from
conditions revealed by the review, are recorded and that the appropriate
management action is initiated to address the change(s).
b. The Project Manager is responsible for overseeing the formal review(s) process
and reviewing the project documents and reports at each submittal stage.
1. All Subject Matter Experts that are impacted by the project are included on
the team reviewing the design documents.
2. The Project Manager will use BIM Autodesk Design Review which will log
and track all the comments to conduct these reviews.
3. The Project Manager shall review all comments, determine which have merit
and respond accordingly.
a. If an Outside Consultant is used for developing the design, the Project
Manager will forward these comments to the Outside Consultant for
resolution.
b. The Project Manager tracks the resolution of all comments and updates
the BIM Autodesk Design Review as to the open/pending/closed status
of all review comments.
c. Design Validation Review
1. The Design Validation Review is conducted when the design documents are
approximately 30% complete at the Contact Document Phase.
a. Airfield and roadway projects - the point when Design Validation Review
takes place can vary depending on the Project Manager and possibly FAA
requirements.
1. Roadway projects - conduct their Design Validation Review (First
Infield Review) at 35%
2. Airfield projects - conducts their review at 50%.
2. The Design Validation Review is a high level technical review of all drawings,
specifications, preliminary schedules, and preliminary cost estimates
provided by the Design Team or Outside Consultants (if applicable).
3. The Project Manager reviews and records comments from the Subject
Matter Experts and assigns the comments (as necessary) to various Design
Team or Outside Consultants (if applicable) for resolution.
4. The Project Manager is responsible for arranging and facilitating a Design
Validation Review meeting with the Subject Matter Experts and the Design
Team or Outside Consultants (if applicable).
5. At each Design Validation Review meeting, the Project Manager shall
document the meeting utilizing the General Meeting Minute Form PS-41 and
summarize all the actions, discussions of major issues, cost and schedule
impacts and establishes further action items as necessary to bring each
design review comment to a conclusion. Each review, once completed or
closed, becomes part of the historical record of the project.
d. In-Process Design and Content Review
1. The In-Process Design and Content Review is performed during the Contract
Document Phase when the design documents are approximately 60%
complete. Occasionally, Airfield may conduct a review at 70% and Roadways
may perform an intermediate review at 50% or 60%.
a. The Project Manager will determine when the In-Process Design and
Content Review will occur.
1. If an Outside Consultant is involved, the In-Process Design and
Content Review may be part of their contractual requirements.
2. The In-Process Design and Content Review is a more detailed review of all
the design elements that will appear in the drawings and specifications and
will include a review of the current project schedule and cost.
3. Previous review comments are reviewed and updated for resolution by the
Project Manager. The Project Manager reviews and records comments and
assigns the comments (as necessary) to various Design Team or Outside
Consultants (if applicable) for resolution.
4. During the In-Process Design Review stage, the Project Manager may elect to
perform a Constructability Review to provide a confirmation of the cost
estimate and project schedule.
e. 90% Submittal Phase Review
1. 90% Submittal Phase Reviews are held when the design documents are
approximately 90% complete at the Construction Documents Phase. The
detailed drawings, specifications, schedules, phasing, and cost estimates will
be substantially complete. To be consistent with CDOT standards roadway
projects will take place at the 95% completion point.
2. Previous review comments are reviewed and updated for resolution by the
Project Manager. The Project Manager reviews and records comments and
assigns the comments (as necessary) to various Design Team or Outside
Consultants (if applicable) for resolution.
3. The Project Manager will discuss the project and project documents with the
Director and Project Controls Manager to determine if a Constructability
Review is warranted.
a. A Constructability Review is warranted if confirmation is needed that the
cost estimate, the schedule, and the proposed phasing remain within the
project plan parameters.
b. If performed, the team will need to decide whether to have the
Constructability Review done In-House or through an Outside
Consultant.
f. Final Design Review (100%)
1. The Final Design Review is conducted when the Construction Documents are
at 100%.
2. The purpose of the Final Design Review is to ensure that the comments
received at the 90% Submittal Phase Review have been satisfactorily
resolved.
3. Evaluate the Engineer’s Estimate and confirm funding requirements.
g. Constructability Reviews
1. Constructability Reviews include a thorough review for potential design
conflicts, field construction issues, and inter-system compatibility issues that
may arise during construction.
a. Items of particular concern are schedule and project interfaces, drawing
interfaces, potential operational impacts on the airfield (if applicable),
logistics, phasing, general and Special Conditions, milestones, long lead
time procurement, liquidated damages, and risk assignment and
management.
2. Constructability Reviews can be performed during the In-Process Design
Review phase and the 90% Submittal Phase Review phase.
a. The Project Manager will conduct a Constructability Review.
b. The constructability review performed at In-Process Design Review
phase is a thorough review of all design aspects. This review is the most
important because it will allow for design modifications and revisions to
be incorporated into the project with minimal effect on the project
schedule or budget.
c. The constructability review performed at 90% Submittal Phase Review
phase will consider the full ramifications of the plans and specifications
on construction and will allow for revisions to be incorporated into the
final documents before bidding.
3. Constructability reviews can be performed in-house by a DIA construction
Subject Matter Expert or another DIA division/section, by the Outside
Consultant (if in their scope of work) or a Contractor presently under
contract with DIA (e.g., On-Call Contractor, CMGC or Design Build).
a. At the In-Process Design Review phase, the Project Manager will choose a
Subject Matter Expert in construction to do this review. They may also
request Project Controls or a Contractor to assist.
1. The Project Manager will meet with the Supervisor and Director to
determine who is best qualified to handle this activity.
2. In-House Review
3. Cost Estimating
a. Cost estimates are prepared for each WBS element to assist budgeting
and project validation.
b. Cost estimates are rolled up into higher level activities to present
summarized data.
4. Scheduling
a. All schedules will relate activities to the WBS to allow integration of
scheduled information and to facilitate review of status reports and
change proposals.
5. Budgets
a. Detailed project budgets will be prepared in WBS, following the manner
in which the work was planned, scheduled, estimated, and funded.
6. Performance Measurement
a. Using the WBS to clearly identify technical, schedule, and cost
performance data with the work package, Contractor and major system
elements, the Project Manager will be able to accurately measure the
performance of the project.
c. WBS structure levels
1. Project
a. This level is used to summarize all the information related to the project.
2. Stage
a. Data is summarized by the stage or phase of the project such as: design,
procurement, permits, licenses, construction and close out.
3. Work Package
a. This level will be used to summarize the information related to portions
of the work within a project and stage such as: a design package or trades
such as: mechanical, electrical, plumbing, etc.
b. Other than cost estimate development, this level will only be used during
construction.
4. Task Level
a. Detail cost and schedule information will be maintained at this level.
b. Task level information is defined using the latest 2011 Construction
Specifications Institute (CSI) Master Format specifications groups, FAA
and CDOT specification sections.
c. Other than cost estimate development, this level will only be used during
construction.
d. WBS coding
1. The WBS is organized and coded using the 2011 CSI Master Format, FAA ,
and/or CDOT format.
E. DOCUMENT CONTROL
1. Constructability Review request for proposal
2. Constructability Review(s) comments
3. Design Review documentation
4. Design Validation Review comments
5. Final Design Review comments
6. In-Process Design Review comments
7. Meeting Minutes
8. Pre-Final Design Review comments
9. Work Breakdown Structure
F. REFERENCES
1. Form link
a. General Meeting Minute Form PS-41
2. Process link
a. N/A
3. Other
a. BIM Autodesk Design Review Instructions
END OF SECTION
C. RESPONSIBILITIES
1. Designer of Record
2. DIA Review Team
3. DIA’s Program Security Manager
4. Project Manger
5. Subconsultant
D. PROCESS
See Sensitive Security Information (SSI) Professional Services Workflow
1. Once the project has been approved and the Designer of Record selected, the
Project Manager and Designer of Record will work together on developing the
project, starting with the schematic design through the 100% contract documents. If
determined that the project would contain Sensitive Security Information, then in
accordance with Code of Federal Regulations (CFR) 49 Parts 15 and 1520, the
Designer of Record would sign a PS-17: Confidentiality and Non-Disclosure
Agreement form and submit it to the Project Manager.
a. It is not possible to have a definitive list of all the types of SSI documents. Each
project is unique and therefore the Project Manager shall coordinate a meeting
with the Program Security Manager in Operations – Airport Security and the
TSA to get a clear understanding of the documents TSA considers SSI for the
individual project. This meeting is held once the scope of work is clearly defined.
Meeting minutes shall be written utilizing the General Meeting Minute Form PS-
41.
2. At the 60% submittal of the design document, the Project Manager and Designer of
Record will meet with DIA’s Program Security Manager, to identify the documents
that may contain SSI information. Once this determination is made, those
documents are separated from the design documents and become a separate SSI
package. Each item associated with the package shall be marked as SSI. This SSI
package will fall under the requirements of Code of Federal Regulations (CFR) 49
Parts 15 and 1520. The Project Manager, Designer of Record, DIA Review Team,
and any applicable Subconsultants of the Designer of Record associated with the
SSI package are required to complete the following forms.
END OF SECTION
11.16 VALUE-ENGINEERING
A. BACKGROUND
1. Value Engineering is defined as "the art of developing a plan to maximize value while
minimizing cost”. It is a systematic, multi-discipline approach designed to optimize
the value of each dollar spent on a project. As a project management tool, it
compliments rather than replaces other cost-reduction and/or cost control
techniques. The objective is to satisfy the required functions at the lowest cost
consistent with performance, reliability, and maintainability requirements within the
design objective. Value Engineering, if performed early in the design stages, has the
potential to reduce construction costs. Value Engineering is a component of the
Design Validation Review process. The Project Manager coordinates and facilitates
the Value Engineering review process.
2. Value Engineering evaluates the proposed systems, products, construction methods,
initial project costs vs. life cycle costs and the impacts on the construction schedule
and project development. The Value Engineering Review should factor the current
status of the project and attempt to identify only those items, which if changed, will
justify the time and expense to the project for making the modifications.
B. KEY TERMS
1. Design Validation Review Process
2. Value Engineer Report
3. Value Engineering
4. Value Engineering Review Process
C. RESPONSIBILITIES
1. Consultant
2. Director
3. Project Manager
4. Value Engineering Review Team
D. PROCESS
1. A continuous Value Engineering process is conducted throughout the design
process.
b. The Project Manager prepares and forwards the 7460 Request Form CM-
06 and required submittals to DIA Planning to prepare the FAA Form
7460.
c. Once issued, the FAA Form 7460 is good for 18 months: construction
must start by the 18th month.
1. If construction starts within the 18 month time frame, the 7460 is
good until the project is completed (regardless of the construction
time).
2. If construction is delayed beyond 18 months, a new 7460 will have to
be applied for and issued.
d. The Project Manager should start the FAA Form 7460 application process
at the 60% Design Documents phase.
e. The project schedule should include approximately 120 days for FAA
Form 7460 approval.
c. National Environmental Policy Act (NEPA)
1. The National Environmental Policy Act (NEPA) establishes national
environmental policy and goals for the protection, maintenance, and
enhancement of the environment. NEPA provides a process for
implementing these goals within the federal agencies.
a. The NEPA process consists of an evaluation of the environmental effects
of a federal funded undertaking including its alternatives. There are three
levels of analysis: categorical exclusion determination; preparation of an
environmental assessment/finding of no significant impact (EA/FONSI);
and preparation of an environmental impact statement (EIS).
2. Any federal action at DIA is required to comply with NEPA.
3. The Project Manager forwards submittals to DIA Environmental to review
and if required prepare the appropriate National Environmental Policy Act
(NEPA) paperwork.
4. Typically the Project Manager should initiate this process at the 30% design
package level or earlier if the project schedule requires it.
d. Preliminary design development and final construction drawings
3. The DIA Project Manager or Design Consultant reviews the drawing and
enters their initials in the original issue box.
4. To avoid inadvertent misuse of prints, particularly in the field, prints of
drawings for preliminary issues are stamped: “NOT TO BE USED FOR
FABRICATION OR CONSTRUCTION” Drawings issued for construction shall be
stamped: “ISSUED FOR CONSTRUCTION”
e. Construction Issues
1. Construction issues of drawings are versions of a drawing for construction
including all subsequent revision issues.
a. Construction issues are designated numerically using "0" for the first
issue.
b. All documents to be issued for a construction permit must be affixed with
the Engineer's/Architect's State of Colorado seal.
c. The responsible DIA Project Manager or Designer’s Engineer/Architect
enters the issue information in the revision column.
d. The first construction set of drawings consists of the “Issued for Bid” set
plus the inclusion of addendums issued during the bidding period.
2. If a Design Consultant is under contract with the City & County of Denver to
perform design services, they are responsible for providing documents for
construction to the Project Manager.
3. If the design is performed by DIA In-house personnel, the DIA Project
Manager is responsible for providing documents for construction.
6. Revisions
a. Revisions are done electronically.
b. The revision number is entered in the revision column.
1. The revision column is not dated or closed until the revision has been
completely checked and signed by the Project Manager or his designated
representative.
a. Signature protocol is established by the Project Manager prior to
initiating work on the project.
b. The Project Manager is responsible for providing oversight and ensuring that
project specific specifications are prepared for projects.
1. The Engineer/Architect or Design Consultant assigned to write the
specifications, collects, develops, checks, and incorporates all pertinent
technical data into the specifications, and forwards the draft to the Project
Manager for review.
2. The Project Manager will review the specifications with respect to general
format, technical conformance, continuity, completeness and agreement
with other contract documents in his/her area of responsibility and the scope
of work.
c. Process to create technical specifications
1. Rough Draft
a. When starting to prepare a technical specification, the originating
Engineer/Architect or Design Consultant author should check with the
Project Manager to determine the project number and obtain copies of
any published standard and/or sample specifications pertinent to the one
to be created.
b. The Engineer/Architect or Design Consultant author shall revise and
incorporate data as required into DIA’s sample boilerplate specification.
1. If no standard or sample specification is available, the author shall
develop the required specification following the appropriate format.
2. As appropriate, the author should seek information from other
Engineers or Architects to incorporate in the rough draft.
c. When the rough draft is complete, the author submits it to the Project
Manager for review and acceptance.
2. Review – (See Design Package Review Workflow)
a. As part of the design phase review of the project, the Project Manager
distributes the draft specifications to the Subject Matter Experts for
review.
b. The Project Manager will use Autodesk design review for this process.
1. If Subject Matter Experts are not using BIM, than Adobe Shared
Review process will be used.
c. Each Subject Matter Expert will record their comments in a timely
manner, based on a schedule set by the Project Manager.
d. The Project Manager will consolidate all comments and forward them to
the Engineer/Architect or Design Consultant for changes.
1. In the event conflicting comments are received, the Project Manager
will confer with the Subject Matter Expert whose comments conflict
and resolve the issue(s).
e. The Engineer/Architect or Design Consultant incorporates the comments
into the final issue and prepares the Contract Documents.
1. In the event that technical comments result in additional
construction cost or time, the Engineer/Architect or Design
Consultant notifies the Project Manager. The Project Manager
discusses the additional costs with the appropriate Director. Based
on their decision, the Project Manager informs the
Engineer/Architect or Design Consultant and resolves the cost or
time impact issues.
f. Specifications may require more than one review process. The Project
Manager determines the number of reviews required during the
development of the Final Work Schedule.
g. Projects eligible for FAA AIP Grant Funding require FAA review of the
Contract Documents.
1. The Project Manager forwards a copy of the Contract Document set
to the FAA for review and approval prior to final issue for bids.
d. Design Certification - Issue for Bid
1. The Project Manager (In-House) or Design Consultant consolidates the
appropriate project documents (drawings, specifications, bid forms,
contracts, etc.) and prepares the documents for bid.
a. After consolidation, the Project Manager will review the Contract
Documents for completeness and accuracy.
2. The Project Manager must receive the Design Certification Letter Form PS-28
letter, attesting that the design and deliverables conform to DIA standards
DSM-1 304.1 and required to be included in the Design Analysis Report, from
the Designer prior to the plans being issued and advertised for construction
bidding.
3. After receiving the Design Certification Letter Form PS-28 letter, the Project
Manager issues the documents for bid in coordination with DIA Business
Management Services.
E. DOCUMENT CONTROL
1. “Certification of Compliance” letter
2. Construction Documents
3. Construction schedule and phasing requirements (as necessary)
4. Cost estimate and budget information
5. Design Analysis Report
6. Design Certification Letter Form PS-28
7. Design Documents
8. FAA Form 7460-1
9. Technical Specifications
F. REFERENCES
1. Form link
a. FAA Form 7460
b. Design Certification Letter Form PS-28
c. Design Quality Assurance Checklist Form PS-43
2. Process link
a. Design Package Review Workflow
3. Other
a. Design Analysis Report Sample
b. DSM-1
1. DSM-1, Chapter 32
2. DSM-1 304.1
3. DSM-1, Section 3201.4
4. DSM-1, Chapter 33 Quality Control Plan
c. National Environmental Policy Act (NEPA)
d. FAA specifications
e. DSM-12-CADD-GIS-BIM
END OF SECTION
11.18 COMMISSIONING
A. BACKGROUND
1. System commissioning is the process of achieving, verifying and documenting that
all of the Project’s system components perform and interact according to the design
intent and meet the functional and operational needs of the Project.
a. The process of commissioning involves the systematic inspection, testing,
evaluation and starting of individual components of mechanical, electrical, and
instrumentation equipment, and preliminary and final functional performance
testing for all commissioned systems, including security systems and building
envelopes.
b. Commissioning is both a team effort and quality control process.
c. Commissioning may be part of the process for pursuing LEED certification.
2. Commissioning services – Design Analysis Programming phase
a. Commissioning services begin during the Design Analysis Development phase of
the Project.
b. The Design Analysis Programming phase Scope of Work describes the use, basic
functional requirements and overall goals of the project. It serves as a general
guideline for decision-making, design review and commissioning activities
through the life of the project.
1. The Scope of Work should include a description of general project criteria as
well as specialized project requirements.
2. Commissioning requirements are based upon the Scope of Work
specifications.
B. KEY TERMS
1. Commissioning
2. Commissioning Plan
3. Design Analysis Programming phase
4. LEED
5. Owners Project Requirements
or the scope of the project is limited and does not require comprehensive
services.
2. Level 2
a. Level 2 Commissioning is an elevated level of commissioning which
includes Level 1 commissioning and additional responsibilities and
documentation.
b. Level 2 is appropriate on projects which are complicated or require a
higher level of oversight. This includes projects where the mechanical
and electrical systems or interactions between systems are complex,
where significant testing of life safety, environmental, or building
envelope systems are appropriate, or where certifications are required or
where the end use requires critical operating parameters.
3. Projects pursuing LEED certification require Level 2 Commissioning and
LEEDS certification requirements “LEED EA Prerequisite1: Fundamental
Commissioning of the Building Energy System”. LEED project compliance
will be up to the decision of the Director, Senior Director and in accordance
with the City and County of Denver requirements..
2. Commissioning Authority Selection
a. The Project Manager and Director will determine, based on the level of
commissioning and Contract Documents, if the Commissioning Authority will be
a member of DIA staff, the Designer of Record or a third party consultant.
1. The selection of the Commissioning Authority is dependent on the
requirements of the systems and what is stated in the Contract Documents.
2. If an independent third party consultant will be used as the Commissioning
Authority, the Project Manager can either solicit a Commissioning Authority
through the RFP process or through one of DIA’s Master On-Call contracts. It
is important the Commissioning Authority is on the Commissioning Team
during the development of the Design Analysis Development phase.
b. Level 1 Commissioning Authority
1. Depending on the requirements stated in the Contract Documents, the Level
1 Commissioning team is made of the Project Manager and designated DIA
staff (e.g., Discipline Inspectors, Subject Matter Experts, Maintenance
b. Process Link
c. N/A
2. Other
a. LEED EA Prerequisite1: Fundamental Commissioning of the Building Energy
System
b. Design Standards Manual 1
c. Owner’s Project Requirements Document Sample
d. Design Analysis Report Sample
e. Construction Activity Section 12.30 Commissioning
END OF SECTION
a. These observations are required when these structures fall under the
Seismic Design Category D, E, F or when the structures are sited in areas
that have wind speeds that exceed 110 mph. (IBC Section 1710)
4. The Statement of Special Inspections must be approved by the City and County of
Denver Building Official.
5. A Special Inspection Agency conducts the special inspects for the project during the
construction phase.
B. KEY TERMS
1. 90% Pre-Final Design Review
2. Certificate of Compliance
3. Certificate of Occupancy
4. International Building Code
5. Special Inspections
6. Statement of Special Inspections Insert text
C. RESPONSIBILITIES
1. Building Official
2. City and County of Denver Building Inspection Department
3. City and County of Denver Building Official
4. City and County of Denver Development Services
5. City and County of Denver plan reviewers
6. Denver International Airport
7. Director
8. Project Manager
9. Registered Design Professional/Designer of Record
10. Special Inspection Agency
11. Special Inspection Manager
12. Specific Plan Review Engineers
D. PROCESS
1. Development of Statement of Special Inspections
a. When special inspections are required, the Registered Design Professional shall
prepare a Statement of Special Inspections with collaboration by the Project
Manager.
1. The IBC and the City and County of Denver Special Inspections Qualification
documents both identify the Designer of Record as the Registered Design
Professional.
b. The Statement of Special Inspections shall:
1. be developed in accordance with Section 1705.2,2011 Denver Amendments
to the 2009 International Building Code
2. designate the portion of work that requires special inspections.
3. contain the name or names of the individuals or firms who will perform the
special inspections, and indicate the duties of the special inspections.
c. The Statement of Special Inspections is submitted to the Building Official before
the 90% contract documents are submitted to DIA for review.
d. Once the Statement of Special Inspections has been developed, the Registered
Design Professional submits it to the Project Manager for a final review.
1. The Project Manager will meet with the Special Inspections Manager to
review, discuss, and comment on the Statement of Special Inspections.
2. The Project Manager may elect to discuss the Statement of Special
Inspections with their Supervisor and Director.
e. The Project Manager will forward all comments to the Registered Design
Professional for review.
1. If the Registered Design Professional has any issues or concerns, they will be
discussed with the Project Manager, a resolution identified and the
Statement of Special Inspections modified as appropriate.
2. City and County of Denver Review
a. Once an acceptable Statement of Special Inspections has been developed and
approved by the Project Manager, the Registered Design Professional submits
the Statement of Special Inspections along with the project documents to City
and County of Denver Community Planning and Development Services (Ed
Kocman 720-865-2912) to be logged in. This will begin the City and County of
Denver review process.
b. CCD Community Planning and Development Services will forward the Statement
of Special Inspections to the Building Official and the specific plan review
engineers for review and comments.
1. The Registered Design Professional is not to submit the Statement of Special
Inspections directly to the Building Official. This action will result in a
breakdown in the City and County of Denver document logging system,
which will result in a failure to track the review process.
c. Comments developed by the Building Official or City and County of Denver plan
reviewers will be forwarded to the Registered Design Professional for
resolutions.
1. Copies of these comments are forwarded to the Project Manager and the
Special Inspection Manager.
2. The Registered Design Professional, the Project Manager, and the Special
Inspection Manager should collaborate in resolving these comments.
3. The Registered Design Professional will revise the Statement of Special
Inspections and re-submit it to City and County of Denver Development
Services as a revision for review and approval.
d. Once approved, the Statement of Special Inspections becomes part of the
permit and construction package.
1. Any changes to the Statement of Special Inspection program must be
formally submitted to the City and County of Denver Development Services
as a revision by the Registered Design Professional for review and approval.
3. Special Inspection Agency
1. DIA must hire a Special Inspection Agency to manage the special inspections
program and perform the required special inspections for projects. This can
be an Agency under contract with DIA or Registered Design Professional in
Responsible Charge.
a. N/A
3. Other
a. Section 110, 2011 Denver Amendment to the 2009 International Building Code
b. Section 1704, 2011 Denver Amendments to the 2009 International Building Code
c. Section 1705.2,2011 Denver Amendments to the 2009 International Building
Code
d. City and County of Denver Building Permit Policy, Special Inspection
Qualifications
END OF SECTION
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. DSM 1, 2012
b. DIA Design Standards Manual 12
END OF SECTION
11.21 CALCULATIONS
A. BACKGROUND
1. At DIA projects can be designed In-House by DIA staff personnel or by an Outside
Consultant. Regardless of the Designer, calculations must be developed using a
specific guideline and format.
2. The guidelines for the development and quality control of calculations are covered in
the Design Standards Manual, Chapter 3 – Design Analysis Report (DAR), Sections
304.3 through 304.7.
B. KEY TERMS
1. Calculations
2. Design Analysis Report (DAR)
C. RESPONSIBILITIES
1. Project Manager
2. Consultant
3. City and County of Denver, Development Services
4. Permitting Senior Engineer
D. PROCESS
1. The Project Manager is responsible for preparing, checking, reviewing, controlling
and retaining engineering calculations based on one of the two situations described
below. Each calculation shall include a list of basic criteria. These include design
assumptions, applicable codes, standards and references. Major equation sources
shall also be listed as well as computer program names and sources used. The
source of formula, equation, input data or assumption and derivation of all
uncommon equations should be shown when they are introduced into the
calculation.
a. In-House Design – The Project Manager is responsible for making sure the
calculations are developed in accordance with Design Standards Manual,
Chapter 3 – Design Analysis Report (DAR), Sections 304.3 through 304.7.
b. Outside Consultants – Calculations are part of the Consultant’s Design Analysis
Report (DAR). The Consultant is responsible for ensuring that the development
of the design and the related calculations conform to the requirements as stated
in Design Standards Manual, Chapter 3 – Design Analysis Report (DAR), Sections
304.3 through 304.7. Variations due to special conditions may be necessary and
will be addressed when the Consultant submits the quality control program for
acceptance.
2. Signed and Sealed Calculations - Signed and sealed calculations at a minimum are
required for the following items
a. Structural Calculations– Any component involved with the structural integrity of
the project or involved in performing a structural function eg. retaining walls.
b. Electrical Calculations – Electrical calculations are required for development of
all new systems or modifications to an existing system. If the calculations are
shown on the stamped and sealed drawing then a separate stamped and sealed
calculation book is not required.
c. If the Project Manager or the Consultant is unsure of what calculations are
required to be sealed and stamped by the City & County of Denver,
Development Services they should contact the Permit Coordinator for
clarification.
d. Any computer programs that are used in the calculations above shall also be
identified and a copy of the computer printout shall be included in the
calculation booklet. This booklet shall also be signed and sealed.
e. Calculations required for structural or electrical work or required by City &
County of Denver, Development Services shall be signed and sealed by a
licensed Professional Engineering registered in the State of Colorado. This
applies also to computer programs that were used.
E. DOCUMENT CONTROL
1. Design Analysis Report (DAR)
2. Engineering calculations
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Design Standards Manual, Chapter 3 – Design Analysis Report (DAR), Sections
304.3 through 304.7
b. Design Analysis Report Sample
END OF SECTION
determines major differences between the project budget and the cost estimate
from that of the Designer, or the Designer's estimate is significantly over the
project budget, these differences are reconciled before authorizing the Designer
to proceed with the next phase of work.
b. This project budget reconciliation procedure is completed on all projects at 30,
60, and 90 percent of completion and before advertisement for construction
bids.
c. The Designer shall keep the Project Manager informed of any adjustments to
previous estimates of construction costs necessitated by changes in scope,
requirements, or market conditions. The Designer shall provide a reconciliation
to the variance between the previous estimate and current milestone estimate.
d. All estimates of construction costs by the Designer shall contain such provisions
for inflation or deflation as maybe reasonably anticipated within the
construction industry. The inflation or deflation factor shall be applied based
upon the anticipated start date of construction or by other date as identified by
the Project Manager.
3. The project schedule is reviewed and approved by the Project Manager on all
projects at 30, 60, and 90 percent of completion.
4. Quality Assurance during the design phase of a project encompasses those activities
required to ensure that Design Consultants adequately explore product and system
alternatives, prepare construction documents in accordance with program and
industry standards, and satisfactorily address Quality Control requirements as set
forth in the DIA Design Standards, Manual 1. The Project Manager is responsible for
maintaining these quality control requirements. These assurances are achieved as a
result of Designer-provided and DIA-conducted Value Engineering reviews as well as
reviews of the design’s progress and the construction document’s ability to be bid,
constructed, and inspected. Refer to 11.20 Quality Assurance / Quality Control of
this guideline.
E. DOCUMENT CONTROL
1. Construction Cost Estimates
2. Project Schedule
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. 11.20 Quality Assurance / Quality Control
b. DIA Design Standards, Manual 1
END OF SECTION
a. When a Consultant is performing design services, they will submit their Quality
Control Plan to the Project Manager for review and approval. Upon acceptance,
the Project Manager provides the Consultant with written approval of their
Quality Control Plan. For On-Call contacts, the Consultant submits one (1) plan
to cover all Task Order work issued under the contract.
b. Quality Control (QC)
1. The QC Plan details the specific procedures for the timely internal review of
deliverables at each phase or milestone. As a guideline and at a minimum,
the Consultant QC Plan shall include a checklist of detailed items organized
by discipline, which the Consultant‘s Project Manager, or their Quality
Control Manager, will fill out and certify. At a minimum, the Consultant’s
Design Quality Control Checklist Form PS-23 should contain the items listed
in the QC’s checklist detailed in Design Standards Manual 1, Chapter 33.
2. The Consultant’s checklist should be comprehensive, covering all elements of
the: design standards, design coordination efforts, permits, licenses,
Subconsultant elements, production, and any other items that reflect the
scope of work or DIA standards utilized.
3. The Design Quality Control Checklist Form PS-23 may vary from project to
project as well as from phase to phase. The checklist is not meant to be an
onerous step in the completion of each phase, but a tool to insure that the
design elements, calculations, standards, formats, details, etc. that are
required under the Contract Documents are maintained at the completion of
each phase. Likewise, during the course of the design, the Consultant may
amend or update the checklist to be more comprehensive as more
constraints, coordination issues or design changes occur. All changes to the
QC checklist must be reviewed and approved in writing by the Project
Manager.
4. As each phase or milestone of the design is completed, the Consultant will
perform an internal quality control review in accordance with their approved
QC Plan. Comments and corrections are incorporated by the Consultant and
the process repeated until the package is ready for submittal. All comments
and corrections are made part of the review record and included in the
package submittal.
a. The Design Quality Assurance Checklist Form PS-43 in Design Standards Manual
1, Chapter 33 is provided to establish a minimum level of thoroughness for the
development of a project specific document quality control checklist. The
Project Manager and the Subject Matter Experts shall review this checklist and
based upon the specifics of the project, modify this checklist to meet the specific
need(s) for document quality assurance for its design. The quality assurance
checklist is to be prepared with each design development and construction
document submittal as defined in this Design Standards Manual 1 – Standards
and Criteria.
3. Design Quality Assurance – Definitions and Types of Reviews
a. Commenting Section or Discipline – Any DIA division or section impacted by the
project, and/or supporting the design review process by performing a review of
the design deliverables, and/or providing comments on those deliverables in a
timeframe and format specified by the Project Manager.
b. Review Leads – The Subject Matter Expert designated by each Division or
Section Manager to be the single-point-of-contact and provide internal
coordination of all document reviews by that section or division. Subject Matter
Experts are responsible for review, quality control, and reconciliation of the
comments prior to submission to the Project Manager.
c. Functional Review – This review by the Subject Matter Expert focuses on the
facility requirements including, but not limited to; arrangement of utilities,
layout of pavements, lighting, NAVAIDs, energy usage, aircraft, vehicular and
pedestrian access, egress, security, construction materials, and handicap access.
d. Technical Review – This review by the Subject Matter Expert checks for
conformance with applicable codes and regulations, accuracy of design
calculations (sitework, drainage, pavement, electrical, HVAC, structural,
mechanical, space, allocation, noise, etc.) and established standards.
e. Operations and Maintenance Review – This review by the Subject Matter Expert
addresses design issues that could interfere with the Operations of the airfield
and landside areas and/or maintainability of the facilities and utilities after
construction is complete.
f. BIM Review – This review by the BIM Manager checks for conformance with the
software requirements of the project and ensures that the electronic copies are
in the specified format.
g. Constructability Review – This review by the Subject Matter Expert addresses
design issues which could interfere with the actual construction process,
including subsurface information, interfaces with other projects and between
contracts, existing utilities and facilities, interface with existing operations,
access, egress, availability of construction materials, availability of labor, long
lead procurement, earthwork , phasing and sequencing, etc. In this review, the
Project Manager also reviews the design documents to confirm the project can
be constructed as designed.
h. Biddability Review – This review by the Subject Matter Expert addresses the
completeness of the information contained in the documents essential to the
ability to properly price the work. This will include consideration of quantities,
completeness of scope, necessary description of the work, availability of the
required materials and performability of the specified work.
i. Design Quality Review – This quality assurance review by the Subject Matter
Expert addresses the adequacy and extent of design for site-work, electrical,
mechanical architecture, security, landscape design, materials, completeness of
information, including details, sections, elevations, etc.
j. Claims Avoidance Review – This review is performed by both the Subject Matter
Expert and the Project Manager focusing on the contract language and general
requirements of the plans and specifications relative to accuracy, completeness,
clarity, equitable risk sharing, reasonableness, ambiguous language, conflicts,
errors and omissions.
k. Cost Effectiveness Review – This review by the Subject Matter Expert addresses
an evaluation of the cost estimate prepared by the Consultant against the
project budget. The Project Manager may contact the Project Control Manager
for support in this evaluation.
l. Sustainable Design Review – If the review is related to LEED certification, GBCI is
a third party entity that performs the design review as part of the certification
process. This review will focus on the following:
1. Specified materials and equipment considered as part of the design,
a. Comments are constructive, and consistent with the intent of the project,
and the design criteria.
b. Comments are assembled and sorted in order by drawing/spec. section
indicating the comment author by initials.
c. Comments are to be prepared as affirmative statements giving guidance,
noting that a need is to be addressed, not just stating an
observation/opinion (e.g., “Provide water line size”, not “Water line size
is missing”)
d. Comments are generally not in the form of questions. However, in
certain cases, questions requesting clarification or design intent may be
appropriate so long as the intent of the questions is not without merit or
is not inflammatory.
e. Comments are not to be redundant in the final assembly of the review
comments.
f. Comments shall be made in conjunction with requirements of the
Consultant(s) scope/detailed scope of services per their City & County of
Denver contract for Professional Services.
g. Comments made in conjunction with adherence to the Design Criteria
shall identify compliance, Non-Conformance, or interface only.
h. Comments related to quality control issues should be summarized if they
become excessive, rather than listing redundant individual comments
(e.g., “Spell check Section 123 of the technical specifications, spelling
errors are excessive”).
i. Comments shall be typed and easily understood, spell checked and
without spelling error(s).
d. Comment Distribution:
1. Comment distribution by the Subject Matter Expert to the Project Manager
a. The Subject Matter Expert(s) will distribute the comments to the Project
Manager only after reconciling comments from within their division or
section in relation to the requirements above.
4. The DIA Construction Subject Matter Expert(s) Team which could include a
Project Controls Estimator will evaluate the design and recommend
measures if required for efficient construction, minimizing cost and time
growth, and avoiding unnecessary changes and claims, as well as to ensure
safe efficient operations. The Project Manager will support the efforts of the
Construction Subject Matter Expert(s) Team’s review, their review
recommendations, and ensure comment closure following the above
process, treating the Construction Subject Matter Expert(s) Team as a
Subject Matter Expert.
5. At 100%, responses to comments and reconciliation must be conducted by
the Project Manager prior to or concurrent with the review of the package.
The comments will be resolved in the manner described above. The required
actions must be taken prior to advertising the package for bid. However, on
a case-by-case basis, the Project Manager may request approval from the
appropriate Director to incorporate some of the required actions into the bid
documents by Addendum. The comment/response review meeting between
the Project Manager and Consultant must take place before advertising the
package for bid.
6. The Project Manager transmits an electronic copy of the 100% Construction
Documents to the Program Administrator – Maintenance (or Program
Manager – Asset Management) in Maintenance to begin the process of
creating the fixed asset shell(s) in Maximo.
5. DIA QC Review Process (DIA In-House Design)
a. If the design was developed In-House by DIA personnel, the appropriate Director
will designate a totally independent Project Manager Review Coordinator to
lead a team of Subject Matter Experts to perform the QC review of the
documents at each phase of the design. The Director may also elect to use a
consultant to review the documents.
1. The Subject Matter Experts will base their review in accordance with the DIA
QC Manual for Design which includes completion of the Design Quality
Assurance Checklist Form PS-43. The process for reviewing, receiving and
incorporating comments will follow the same steps as stated above and
below.
2. For In-House Design projects the Project Manager title may be substituted
for the word Consultant in the process described above.
b. Comments
1. The independent Project Manager Review Coordinator will accumulate all
the comments from the review team, review them, and forward the valid
ones along with the QC checklist to the Project Manager. If Adobe Shared
Review is used, the deadline for receiving comments will be based on the
date the review cycle is closed.
2. Based on comments received and the completed QC checklist, the Project
Manager will review and forward them to the responsible project design
disciplines for responses. Responses to the comments and QC checklist are
to be completed by the date specified by the Project Manager. It is the
responsibility of the Project Manager to review and reconcile all comments.
3. Constructability Review – See the Design Activity 11.14 Design Scope
Management & Integration section of this Guideline.
c. Closure of Comments
1. The Project Manager is responsible for taking the necessary action(s) to
make adjustments or revisions to the design documents at each phase.
2. The Project Manager transmits an electronic copy of the 100% Construction
Documents to the Program Administrator – Maintenance (or Program
Manager – Asset Management) in Maintenance to begin the process of
creating the fixed asset shell(s) in Maximo.
E. DOCUMENT CONTROL
1. “Action Required” log
2. Design Quality Assurance Checklist
3. Meeting Minutes from QC Meetings
4. Project Documents
5. Quality Control Checklist
6. Quality Control Plan
7. Responses to Comments
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Design Standards Manual 1, Chapter 33
b. Design Standards Manual 1 – Standards and Criteria
c. Design Standards Manual 12, Chapter 4
d. Design Quality Control Checklist Form PS-23
e. Design Quality Assurance Checklist Form PS-43
f. General Meeting Minute Form PS-41
g. “Action Required” log template
h. DIA QC Manual
i. Design Activity 11.14 Design Scope Management & Integration
END OF SECTION
11.24 PURCHASING
A. BACKGROUND
1. During the design of the project, certain outside services may require a purchase
order to support the design or construction effort. It may also be detrimental to the
project for DIA to purchase some of the equipment. The Project Manager and
Director should review the project and determine if and when a purchase order is
needed or would be beneficial to the project.
2. A purchase order could be used when the Project Manager and Director determine
that it is more beneficial to the project for DIA to directly purchase a product or
service (eg. Xcel) than to go through a second party. The decision will be based on
the following:
a. It is more cost effective
b. A particular item has a long lead time which could affect the project schedule
c. An item is manufactured by only one specific company
d. Only one supplier (local/national) carries that particular Insert text
B. KEY TERMS
1. Change Order (CO)
2. Justification Form
3. Purchase Order (PO)
4. Purchase Requisition (PR)
5. Vendor
C. RESPONSIBILITIES
1. City and County of Denver Purchasing Agent
2. City Council
3. Director
4. Project Manager
5. Purchasing
6. Section Administrator
7. Vendor
D. PROCESS
1. Purchase Order (PO)
a. When it has been determined it is necessary to purchase a product or service by
means of a purchase order, the Project Manager prepares a purchasing package.
This package will contain all pertinent information that Purchasing will need to
procure this project (drawings, spec, etc). The Project Manager should contact
DIA Purchasing to verify the specific information they will require. A Purchase
Order Sample is provided for reference.
b. Soliciting Bids – This process may be performed by the Project Manager or
Purchasing. The Project Manager or Purchasing must solicit a formal quote
from a single supplier or formal quotes from multiple suppliers that carry the
product or service. The quotes must be on company letterhead in order for
Purchasing to accept it as a valid quote. When it is not a sole source situation,
obtaining at least three (3) quotes is preferred to ensure DIA is getting the best
price for the item(s).
c. Upon receipt of the quotes, Purchasing (if applicable) will forward the bids to the
Project Manager who discusses them with the appropriate Director and a
decision is made to proceed (or not) with purchasing the product or service.
d. If it is determined to proceed with a Purchase Order, the Project Manager needs
to secure the appropriate funding out of the project budget from Finance.
e. Once the Project Manager has received a project budget number from finance,
the Project Manager will meet with the Purchasing Section Administrator and
have them issue a Purchase Requisition (PR) in MAXIMO. Prior to issuing a PR,
the PM must provide all of the required supporting documentation. The Project
Manager should refer to the DIA Purchasing Manual or contact DIA Purchasing
to verify the type of support documentation required for the item being
acquired.
f. Required Support Documentation
1. Product cost is <= $10,000.00, No justification form required
2. Product cost is >$10,000.00 Justification form required
4. Purchase Requisition
5. Request for Change Order to Purchase Order
6. Vendor Request Form
F. REFERENCES
1. Form link
a. Vendor Request Forms
b. Request for Change Order to Purchase Order
2. Process link
a. N/A
3. Other
a. DIA Purchasing Manual
b. Purchase Order Sample
c. Purchase Requisition Sample
d. City’s Bid List
END OF SECTION
6. Contract Administration
7. Project Manager
D. PROCESS
See Professional Services Payment Procession Workflow
1. The Project Manager is responsible for reviewing the Exhibit B – Scheduling,
Progress Reporting, Invoicing, and Correspondence Control of the Contract
Documents and implementing its’ requirements into this process
a. Professional Services invoices are due to Business Management Services by the
day of the month agreed to by the Project Manager and the Consultant for
services performed in the previous 30 day period. Dates and time frames for
submittals are covered in the Consultant’s executed contract documents.
b. Submitting the Invoice
1. The Consultant prepares their monthly invoice using Primavera Contract
Management. Once they complete the Invoice package, they will digitally
sign the invoice transmittal, and electronically email the package to Business
Management Services’ universal email address
(mailto:ContractAdminInvoices@flydenver.com).
2. There are numerous submittals required with each payment application
(schedules, partial releases, status updates, etc.) as outlined in the
consultant’s contract documents, Attachment A (to Exhibit B), the Monthly
Progress Invoice Checklist
c. DIA Review of the Invoice
1. Business Management Services receives the invoice and will notify the
Project Manager that there is a Consultant’s invoice ready for them to
review located on the shared drive: S:\Contract Pay Application\Design
Project Manager.
2. Business Management Services and the Project Manager will download the
invoice package, and its’ related supporting documentation. Based on their
concurrent review, the Project Manager and Business Management Services
will make a determination to approve or reject the submitted invoice.
b. Below is a list of the more common, though not all encompassing, reasons why
monthly invoicing may be rejected.
a. Billing amount exceeds the contract amount
b. Inadequate documentation
c. Previous corrections or adjustments not reflected
d. Required submittals missing
e. Math errors
f. Signature missing
d. If the Project Manager determines the invoice is not acceptable he will mark it
electronically as rejected using Adobe, attach the reasons for the rejection,
attach the rejected invoice package in Primavera Contract Management, and
upload the rejected Invoice package onto the shared drive: S:\Contract Pay
Application\Design Project Managers\All Approved Pay Apps. The Project
Manager will notify the Business Management Services Administrator that the
invoice was rejected and is in the All Approved Pay Apps folder for them to
download for their files.
e. The Project Manager will notify the Consultant that their invoice has been
rejected and provide the reason(s) for rejection.
1. If the invoice is not complete and responsive, the Project Manager must
notify the Consultant of the deficiency within five (5) calendar days of the
invoice date or the date of the receipt of the invoice at DIA (evidenced with
an official City date stamp), whichever is later.
a. The Project Manager also contacts the Contract Administrator in
Business Management Services to coordinate extending the Prompt Pay
deadline.
2. If the Consultant is not notified within the required 10 calendar days, the
invoice is deemed to be complete and responsive.
3. If the invoice submitted is not complete and responsive, the invoice interest
accrual date will be extended by the number of days elapsed between the
original invoice date and the date the invoice becomes complete and
responsive.
4. When the receipt date (as demonstrated solely by an official City date stamp
on the invoice is more than 10 days later than the invoice date the interest
accrual date shall be extended by the number of days elapsed between the
original invoice date and the date of the receipt of the invoice by the City.
f. Approved invoices must be certified by the Project Manager prior to payment.
After approving the invoice, the Project Manager will forward the invoice
package to the appropriate Director for their review and approval. Once they
have given their approval the Project Manager digitally signs and dates the
invoice. The Project Manager will certify the invoice in Primavera Contract
Management, and attach the Budget Summary sheet generated in Primavera
Contract Management which allocates the approved invoice amount(s) across
the related budget source(s). Once signed, the Invoice Package is uploaded to
the shared drive: S:\Contract Pay Applications\Design Project Managers\All
Approved Pay Apps.
g. The Project Manager will notify the appropriate Business Management Services
Administrator that the Invoice Package has been approved for further payment
processing. During the review process, the submitted invoice amounts may be
modified for amounts that are:
1. Pending (potentially temporary) – an amount that is a valid payable but not
all the supporting documentation was submitted to support the charge.
2. Disallowed (never valid) – an amount that is specifically excluded for
reimbursement through the Contract Documents.
3. If Business Management Services determines there are any Pending or
Disallowed issues, an electronic copy of the revised invoice reflecting the
adjustment(s) is sent to both the Consultant and the Project Manager as
notification.
h. After review and approval, the Contract Administrator (in Business Management
Services) sends the Invoice Transmittal to Accounts Payable who reviews and
forwards it to the City Controller to issue the check.
2. Subconsultant Payments
a. Under the Prompt Pay Ordinance the Consultant is required to pay their
subcontractors within 7 days from the date they receive a check from the City.
END OF SECTION
11.26 AUDITS
A. BACKGROUND
1. Audits of the quality of the design management process and performance may be
conducted on any Project at any phase of design services performed on a Project.
An audit can be classified as either an internal audit or an external audit. Intent
underlying an internal audit is an independent, arm’s-length and focused review of
the design process as a whole or specific design management activities deserving
particular attention at the Senior Supervisor or Director level. The purpose of
external auditing is to verify that design activities are being executed as effectively
as possible per the terms of a Consultant’s Contract Documents.
a. In order to determine the efficiency and effectiveness of the design management
processes, DIA will perform internal process compliance audits on itself. Internal
audits are tools used to assure that established procedures are being followed
during the execution of a given project. Results of internal audits assist an
organization in identification of problem areas within its procedures. This is also
helpful in preparing Project Managers for external audits.
1. In an effort to assist the Project Manager manage his contracts, the Airport
Infrastructure Management Division’s management will periodically perform
an operational audit reviewing samples of the Project Manager’s records for
timeliness of responses, uniformity, completeness of logs, and accuracy of
work product. The Project Manager will be given feedback and suggestions
for improvement as necessary.
2. Other City and Government agencies may also audit portions of the Project
Manager’s records and the work for compliance with their specific
requirements.
b. DIA will perform external compliance audits on a Consultant’s contractual,
design and design QC performance during the design phases of the Project.
External audits may also be initiated by DIA and performed by an outside agency
and are conducted to assure that established procedures and Contract
requirements are being followed. An external audit of a Designer may be
conducted at any time within the duration of services performed or after the
Project is completed up to the date specified in the Contract.
2. The ultimate goal of these audits is to assure the City and the FAA (as appropriate)
that established procedures are being followed which produce a quality product at a
fair price.
B. KEY TERMS
1. Audit
2. Financial Audit
3. Operational Audit
C. RESPONSIBILITIES
1. Auditor
2. City Auditor
3. Contractor
4. Project Manager
5. QA Manager
6. Quality Assurance Manager’s Team
7. Subconsultant
8. Supplier
D. PROCESS
1. DIA Project Management Audits
a. Periodically the DIA Quality Assurance Manager will perform an operational
audit on a Project Manager’s Project. The intent is to insure that the DIA Design
Standards and Project Management Guideline procedures applicable to the
Project are being performed and requisite documentation is being properly
maintained current with the present status of the Project. The audit is
performed by the Quality Assurance Manager’s Team using the QA Management
Review Checklist. The Project Manager is responsible for attending all meetings
with the Auditor and providing all records requested by the Auditor.
b. Once complete, a copy of the audit is sent to the Project Manager. The Project
Manager will be responsible for responding to and correcting any defects
identified on the QA Management Design Audit Checklist Form PS-42. Once the
defects are resolved, the Project Manager will identify it on the checklist and
once completed forward a copy to the QA Manager. The QA Management
Design Audit Checklist Form PS-42 is filed along with the project documents.
2. Other City and Government Audits
a. Other City and Government agencies may also audit portions of the Project
Manager’s records and the work for compliance with their specific
requirements. The responsibilities of the Project Manager remain the same as
with a DIA Project Management audit.
b. The Project Manager is responsible for retention of the audit report.
3. Audits of Designers
a. The Project Manager is responsible for coordination of any external audit
involving a Contractor or Designer under contract on their project.
b. Generally design and/or construction project audits are initiated by either DIA
Internal Audit or the City Auditor.
c. Section 1.4 and 1.5 in the Exhibit B to the Professional Services contracts include
an examination of records provision allowing the city to review the books and
records of Consultant for a project for up to 6 years after the final payment is
made under the Contract. The Consultant, it’s Subconsultants, and Suppliers are
required to maintain all Work related records for the purpose of auditing and
verifying the Consultant's costs or any other costs claimed to be due and
payable hereunder.
d. In accordance with General Contract Conditions Title 9 Section 11, the City’s
Auditor may perform a financial audit of the Consultant’s project records
including Subconsultants.
E. DOCUMENT CONTROL
1. Audit report
2. QA Management Design Audit Checklist
F. REFERENCES
1. Form link
a. QA Management Review
END OF SECTION
personnel will verify the accuracy of the as-built project model and
specifications. Upon their review and acceptance, the Project Manager will
forward the as-built model and specifications to the Designer of Record.
c. The Designer of Record will make the changes to the BIM Model in accordance
with Design Standards Manual 12.
1. For projects in progress that are not utilizing BIM:
a. For drawings, the changes are incorporated into CADD format per Design
Standards Manual 1. The original drawings are labeled “RECORD
DRAWING” in 3-inch high capital block letters in the lower right hand
corner of each drawing. The drawings are also annotated in the revision
block as “RECORD” and include the date of the action. For specifications,
the changes are incorporated in the Word documents and stamped,
“Record Document”.
d. The Designer of Record shall submit the complete electronic set of final
reconciled record documents to the Project Manager within 30 days of receipt
of the as-built documents
e. If the Project Manager determines the reconciled model and record documents
are acceptable, they will record their acceptance in PCM, notify the Designer of
Record, and forward the files to DIA’s BIM Manager. If the submitted
documents are not acceptable, the Project Manager will record his rejection in
PCM, notify the Designer of Record and forward the documents with the Project
Manager’s comments back to the Designer of Record for re-submission.
5. Closeout Submittals
a. Once the record documents are accepted, the Project Manager will review the
Checklist for Design Closeout with the Designer of Record to ensure all items
have been submitted and the checklist is complete.
b. When the checklist is completed the Project Manager will notify the Designer of
Record the project is ready for closeout and to submit to Business Management
Services the required closeout documents which include:
1. The Affadavit of Completion Form PS-26
2. Final Lien Releases from all subconsultants
END OF SECTION
E. DOCUMENT CONTROL
1. Post Project Evaluation Form CM-97
2. Lessons Learned Form CM-61
F. REFERENCES
1. Form Link
a. Lessons Learned Form CM-61
b. Post Project Evaluation Form CM-97
2. Process link
3. Other
END OF SECTION
F. REFERENCES
1. Forms
a. Contract Setup Form
b. Project Request Form
c. Project Definition Data Form CM-83
2. Procedures / Work Flows
a. Initiation of Construction
b. Procedure for initiating projects and contracts using Progress Reporter
3. Other
a. N/A
END OF SECTION
professional approach is the basis of the relationship between the DIA Project
Manager and the Contractor’s Project Manager.
4. The DIA Project Manager may delegate various duties associated with contract
administration to members of his staff. The Project Manager may not delegate the
responsibility of adhering to these procedures, attending to administrative matters,
and/or enforcing the terms of the contract.
E. DOCUMENT CONTROL
1. All contractual related documents
F. REFERENCES
1. Forms
a. N/A
2. Process/Work Flows
a. N/A
3. Other
a. N/A
END OF SECTION
12.3 SUBMITTALS
A. BACKGROUND
1. Submittals are the mechanism used by the Contractor to obtain the Owner’s
approval of pay applications, shop drawings, schedules, materials and equipment,
etc. proposed to be incorporated into the work. Occasionally the approach to be
used in performing certain elements of work are also the subject of a submittal.
2. Generally, the submittal process is described in Division 1 of the Technical
Specifications, Section 013300. Depending on the type of project that is being
constructed, each section of the Technical Specifications, the CDOT specifications, or
the FAA specifications identifies the specific requirements for information that
needs to be submitted. The submittal process provides a lot of potential for
contention with the Contractor. It is imperative that the Project Manager exercise
strict control over the management of the submittal process.
3. Submittals will be created, logged, distributed, tracked, and approved or rejected
using the Submittal Module in Primavera Contract Management by both the
Contractor and the DIA Project Manager.
B. KEY TERMS
1. Notice to Proceed
2. Submittal
3. Submittal schedule
C. RESPONSIBILITIES
1. Contractor
2. Designer of Record
3. Project Manager
D. PROCESS
See Submittal Workflow
1. Per Technical Specifications, Section 013300, the Contractor must provide the
Project Manager with the submittal schedule within 14 (fourteen) days of issuing the
Notice to Proceed.
e. For Information Only (FIO) - means an item is received by the Project Manager
but no review was made.
5. The Project Manager shall retain an electronic copy of all submittals at each step of
the review process in SharePoint and in the project management system. The
Project Manager will ensure that the DIA inspectors have access to the project files
in the system and SharePoint and are familiar with using these programs and are
able to review, download, and/or print the approved submittal for all field
inspections.
6. Submittals will normally fall within one of the two basic categories.
a. General Submittals – These are derived from the contract General Conditions
and Special Conditions, and from the Division 1 General Requirements of the
Technical Specifications. The subject matter tends to be broad in nature; e.g.,
schedules, QC plans, etc. General submittals are reviewed by the Project
Manager or others as appropriate within the Airport Infrastructure Management
(AIM) Division.
b. Technical Submittals – Based on the type of project, this type of submittal may
be required by the Master Format Technical Specifications or the CDOT
specifications, or the FAA specifications. This type of specification deals with
specific information relative to materials and/or equipment, shop drawings, etc.
to be provided by the Contractor. All technical submittals must be reviewed by
the Designer of Record. However, depending on the type of data or information
being submitted, the Project Manager is responsible for determining what other
agencies, disciplines, sections or individuals should be involved in the review
process.
If the Project Manager is not sure or unfamiliar with DIA personal or Section or they
are in violation of the contract and any work performed under these need
assistance in determining the appropriate review personnel, they should go over
the Subject Matter Expert list and make a determination or discuss this matter
with their Director.
In cases where a Contractor proceeds with the work in advance of having
received approval of the appropriate submittal, the Project Manager will
3. Other
a. Link to Division 1 of the Technical Specifications, Sections 013300
b. Sample Submittal Log
c. Subject Matter Expert List
END OF SECTION
12.4 SAFETY
A. BACKGROUND
1. Safety is an integral part of the Project Manager’s responsibilities. This section is
intended to provide the Project Manager with an understanding of the DIA
Construction Safety Manual, and to outline the essential elements of this plan in
preventing job related disabling injuries and illnesses.
2. Contractors are responsible, per the terms of their contract, to protect the lives and
health of persons exposed to their operation, and to safeguard property and
equipment from accidental loss or destruction. All construction contracts stipulate
that all work will be performed in accordance with federal, state and local safety and
health standards, as well as those which are outlined in the DIA Construction Safety
Manual.
3. In addition to being a contract requirement, a well-planned and conscientiously
applied safety program is essential to the efficiency, quality and cost effectiveness of
work performed. The Project Manager and his staff must exercise close control and
surveillance to verify that Contractors comply with established safety and health
standards.
4. The Contractor may also be required to employ at the work site a safety
representative whose duties shall include the protection of persons and property
and the administration of the Contractor’s Safety Program. This person must have
safety training, a working knowledge of state and federal health and safety laws and
experience administering safety programs. The Contractor shall assign this person to
fulltime duty on the work site and provide the Project Manager with this person’s
name and credentials prior to the start of construction.
5. In addition to the DIA Construction Safety Manual, contractual safety requirements
are outlined in Title 8 of the Standard Specifications for Construction, General
Contract Conditions, and in the Division 1 - Technical Specifications.
B. KEY TERMS
1. Drug Free Workplace Program
2. Experience Modification Rate Factor
3. Job Hazard Analysis (JHA)
have read the DIA Construction Program General Safety Rules prior to
starting work. The Contractor shall include a statement that all employees
listed in the Certified Payrolls have been briefed on, have received copies of,
and have read the DIA Construction Program General Safety Rules. The
Contractor shall provide the amended list within seven (7) days after new
employees have been assigned. The Contractor shall keep on file for the
Project Manager to review, a signed and dated statement from each
employee that he has been briefed on and has read and understands the DIA
Construction Program General Safety Rules.
2. Explanation and discussion of the Rolling Owner Controlled Insurance
Program (ROCIP) and how the Contractor benefits from a lower than average
Experience Modification Rate Factor record.
3. Operation and location of the nearest Medical Facility and designated health
care provider.
4. Review of the Construction Site Emergency Response Procedures, to include
the key staff notification network, telephone numbers and emergency radio
frequencies.
5. Review of accident investigation and reporting procedures.
6. Review of construction site security procedure and functions of the security
Consultant.
7. Review of onsite firefighting capabilities.
8. Review of Contractor safety education and training requirements, i.e. toolbox
safety meeting; records of safety meetings held.
9. Review of safety audits is required to determine who performs the audit,
how frequently, and what actions are to be taken to correct any deficiencies
noted.
10. Review of the Drug Free Workplace Program.
11. Review of the Hazardous waste management program and the OSHA Hazard
Communication Standard.
12. Review of the OSHA Excavation and Confined Space Entry Standards.
13. Explanation of Job Hazard Analysis.
E. DOCUMENT CONTROL
1. Audit Findings
2. Daily Safety Reports
3. Job Hazard Analysis
4. Meeting Agendas and Minutes
5. Resumes for Safety Personnel
6. Site Specific Safety Plan (SSSP)
7. Stop Work Orders
F. REFERENCES
1. Form link
a. Job Hazard Analysis
b. Site Specific Safety Plan
c. Stop Work order
2. Process link
a. N/A
3. Other
a. City's Policy on illegal drugs, controlled substances, contraband weapons,
stolen property and unauthorized items
b. Construction Site Emergency Response Procedures
c. DIA Construction Safety Manual
d. DIA Drug Free Workplace Program (XO 94)
e. Division 1, Technical Specifications
f. OSHA Excavation and Confined Space Entry Standards
g. OSHA Hazard Communication Standard
h. OSHA Standard 1910.1200
i. Rolling Owner Controlled Insurance Program (ROCIP)
END OF SECTION
E. DOCUMENT CONTROL
1. Meeting Minutes and Associated Attachments
F. REFERENCES
1. Form link
a. General Meeting Minute Form PS-41
b. Project Definition Data Form CM-83
c. Preconstruction Meeting Agenda Form CM-01
2. Process link
a. N/A
3. Other
a. Contract Closeout Checklist
b. Contractor’s Certificate of Payment
c. Contractor’s Daily Inspection Report
d. Contractor’s Daily Report
e. EEO Plan Statement Guidelines
f. Monthly Compliance
g. Partial Lien Release
h. Required Division 1 Submittals
i. Required General Conditions and Special Conditions Submittals
j. Responsible Party Contact List
k. Technical Specifications, Division 1, Section 013119 - Project Meetings
END OF SECTION
2. Process link
a. N/A
3. Other
a. N/A
END OF SECTION
2. Meeting Minutes
a. Meeting minutes shall be recorded utilizing the General Meeting Minute Form
PS-41 and will recap the issues discussed and the status of the projects and email
it to all attendees and Airport Infrastructure Management managers.
3. Status Updates
a. The Project Manager will update the status of their projects each week in
project management system prior to the Senior Directors Weekly Project Status
Meeting.
E. DOCUMENT CONTROL
1. Meeting minutes and associated attachments
F. REFERENCES
1. Form link
a. General Meeting Minute Form PS-41
2. Process link
a. N/A
3. Other
a. N/A
END OF SECTION
the DIA Project Manager and the third party QA Inspector(s) assigned to the
Project.
b. The DIA Project Manager is the project lead authority and decision maker in all
matters within the broad scope of the Project and is accountable to the Senior
Supervisor and Director of his or her section within AIM - Development.
c. In a separate, but parallel role within in the narrower scope of Quality Assurance
responsibilities on a Project, the QA Inspector supports, coordinates with and
implements the decisions of the Project Manager at the Project level. However,
the QA Inspector reports directly to the QA Manager in line of authority and
performance accountability.
d. The Project Manager and the QA Inspector each play a vital and complimentary
role on the AIM Project Team to assure the Project is built according to the
quality standards set forth in the Contract Documents. In addition to the
Contract Drawings and Technical Specifications, the Contract Documents
reference and include quality standards established by the CCD Building Code,
specified industry and technical standards and applicable regulatory agency
requirements (e.g. FAA). It is equally important to assure the Contractor on the
project is held accountable for compliance with all components of the Contract.
e. It is the QA Inspector’s primary responsibility to know and understand the
quality standards established by the Contract Documents and then to identify,
document and report any and all variances, Deficiencies and Non-Conformance
Reports (NCR’s) to the DIA Project Manager and to the Contractor that are
discovered during the course of construction. The responsibility to notify a
Contractor of a Deficiency and to inform the Contractor of the potential
consequences of proceeding without fixing a Deficiency or NCR does not include
any authority to stop the work or to direct the Contractor to cease or perform
any action. That authority resides exclusively with the Project Manager and the
chain of command in his or her reporting structure.
f. It is the Project Manager’s responsibility to enforce the requirements of the
Contract Documents with the Contractor in a manner that serves the best
interests of DIA as the owner of the Project assets. The Project Manager is
charged with weighing the impact of all influencing factors and exercising sound
judgment in determining an acceptable remedy to Deficiencies and NCR’s.
g. In the event there is disagreement between the Project Manager and the QA
Inspector or Special Inspector regarding the status or disposition of a Deficiency
or an NCR, the QA Manager and the DIA Senior Supervisor of the Project
Manager shall be informed, confer and render a decision on the matter. If
consensus cannot be reached to resolve the issue at that level, the matter shall
be presented to the applicable DIA Section Director for a determination.
h. For further information regarding roles and responsibilities, please refer to Item
G in this section of the Guideline.
B. KEY TERMS
1. AIM Quality Assurance Program
2. Bid Documents
3. Completion Inspection
4. Contractor Quality Control Plan
5. Corrective Action
6. Defect/Deficiency
7. Document Controls
8. FAA Quality Acceptance
9. Final Acceptance Inspection
10. Follow-up Inspections
11. Initial Inspection
12. Latent Defect
13. Non-Conformance Report (NCR)
14. Pre-Final Acceptance Inspection
15. Pre-work coordination
16. Punch List
17. Quality Control
18. Six-point inspection plan
19. Special Inspections
D. PROCESS
See Field Quality Assurance / Quality Control Process Workflow, Deficiency Workflow,
and Non-Conformance Report Workflow
1. Training
a. All personnel that perform quality assurance related activities, as defined in
these guidelines, shall maintain ongoing training to ensure that Project
Management and Quality Assurance personnel are knowledgeable in and
understand:
a. The Project Manager ensures that only current Contract Documents are
available at the location of the work (i.e., Project Manager's office and the
construction Contractor's office). The Project Manager and Designer of Record
shall maintain a matrix of current documents with approved status, and will
distribute it to all assigned project plan-holders.
1. The plan-holders are responsible for ensuring their set of Contract
Documents matches the status of the Contract Documents identified on the
matrix.
3. Quality Assurance for Purchased Items - Materials, Equipment and Supplies
a. Material or Equipment Delivery Inspection of Purchased items
1. Upon delivery and prior to incorporation into the Work, all permanent
materials, equipment and supplies furnished by the Contractor or City and
delivered to the project site shall be inspected by the responsible
Contractor’s Quality Control Representative and the Lead or QA Inspector
for conformance with the Contract Documents, the referenced quality
standards, the Contract Drawings and Technical Specifications.
a. The Lead Inspector and QA Inspectors monitor the Contractors' material
and equipment delivery Quality Control inspection procedures.
b. The delivery inspections will be documented on the Daily DIA Inspection
Report Form CM-14.
2. Items furnished by the Contractor which do not comply with the Contract
Document requirements shall be identified and recorded by the Lead
Inspector or QA Inspectors as a deficiency on the Deficiency Log Form CM-03
and shall be segregated by the Contractor from accepted materials,
equipment and supplies.
3. Deficient items shall not be incorporated into the work unless and until
acceptable corrective action, has been performed and the items have been
re-inspected for verification that the corrective action has cured the
deficiency.
a. For further information regarding deficiencies or the Deficiency Log
Form CM-03 please refer to the Construction Activity 12.9 – Defects
section of this Guideline
1. The special processes including, but not limited to, heat treating, hydrostatic
testing, fiber optic cable testing, cable high potential testing, and welding
are accomplished by qualified personnel properly trained and appropriately
certified using written procedures prepared in accordance with Contract
Drawings, Technical Specifications and the codes and standards referenced
therein.
2. Personnel qualifications and special installation, testing and inspection
procedures for Quality Control shall be submitted by the Contractor and
approved by the DOR and DIA prior to the start of the special process. DIA’s
QA Inspectors ensure that the procedure to be used for the special process,
as well as the qualification records of personnel performing the special
process, have been submitted and accepted by the Project Manager.
a. Adequate information regarding the impact of the process, materials
tested and/or the materials required for the tests on human health or the
environment shall be documented in advance and submitted to the
Project Manager.
b. Any and all special processes shall be fully documented by the Contractor
regarding necessary planning and preparation, precautionary
considerations, actual performance criteria. End results or effects on
other systems from special processes must be fully documented.
c. QA Construction Materials Testing
1. QA Construction materials testing occurs in the DIA Materials Testing
Laboratory on site at the South Campus. QA Materials Testing does not
reduce or replace the Contractor’s QC Testing requirements, but serves to
augment the QC testing with a sufficient number of identical control tests to
compare with, validate and accept, question or reject Contractor’s QC tests.
2. The DIA Materials Testing Laboratory staff is furnished on site by a certified
materials testing Consultant to the City under the supervision of the AIM
Infrastructure - QA Section Director.
3. The Materials Testing Laboratory staff perform Quality Assurance and
Quality Acceptance testing, including sampling and performing tests on soils,
concrete, cement, asphalt, aggregates, and lime or cement treated materials,
etc.
b. Torque wrenches
c. Megger testers
d. Survey instruments
e. Nondestructive examination equipment
f. Scales and balances
g. Voltage and amperage meters
h. Ovens
i. Volume measuring devices.
8. Defects - Deficient and Non-Conforming Work
a. Reference Construction Activity 12.9 – Defects of this Guideline for processes,
forms, and workflows related to deficiencies and non-conforming work.
b. The Contractor shall employ similar procedures within his own quality control
plan to ensure the tracking and documenting of all deficient work.
9. Punch List
a. During Pre-Final or Final Acceptance Inspections, work that is found to be
deficient, needing repair or in nonconformance with the contract requirements
such as loose bolts, damage, unsatisfactory workmanship, etc., is identified on a
punch list.
b. The Contractor, Designer of Record, Owner’s Inspectors, and relevant
Stakeholders will develop punchlists. These punchlists will be compiled into a
master punchlist and managed by the Project Manager.
c. The Project Manager logs the Punch List Form CM-74 items on the Punch List
Log Form CM-73 to monitor and manage the resolution of all punch list items.
d. The punch list is distributed to the Contractor and the Designer of Record by the
Project Manager.
10. Latent Defects
a. A latent defect is any defect that has been uncovered or discovered after the
Project has been completed and accepted by the Owner. The defect can be
related to either material, equipment and/or workmanship quality.
b. The Project Manager will issue a Latent Defect Repair Request (LDRR) Form CM-
34 to the Contractor for corrective action.
c. Reference Construction Activity 12.9 – Defects of this Guideline for processes
and forms related to Latent Defects.
11. Quality Records
a. Quality records shall be compiled by the Project Manager's staff and
electronically stored in the appropriate Contract folder.
b. Contractor’s Quality Control and DIA’s Quality Assurance Records - At a
minimum the following Quality Control and Quality Assurance Records shall be
controlled and maintained by the Project Manager and shall be made available
to the Designer of Record and others for review:
1. Certificates of Compliance
2. Contractor Quality Control Daily Reports
3. Contractor’s Quality Control Plan (original and updates)
4. Deficiency Notices and Logs
5. Inspection and Test Reports (both QA and QC)
6. Inspection Check Lists
7. Material Receipt Inspections
8. Minutes of QC and QA meetings
9. Non Conformance Reports and Logs
10. Other records specified in the Contract Drawings and specifications.
11. Punch Lists
12. QA Audits and Management Reviews
13. Qualifications of Contractor’s QC Personnel
14. Quality Assurance Daily Reports
15. Quality Verification Documentation
16. Submittal Logs
17. Test Procedures
The Project Manager receives direct assistance from the assigned Lead QA Inspector
and any other assigned inspectors or contract administration personnel. The Project
Manager’s duties and responsibilities include, but are not limited to:
a. Administration and implementation of the DIA Quality Assurance Program to
ensure and document that the work performed by the Contractor is in
conformance with the Contract Drawings and Technical Specifications.
b. Advising the appropriate Senior Supervisor on how the Quality Assurance
Program may have been adapted and is being applied to a given Project and any
need for revisions or corrective actions.
c. Reviewing, approving and enforcing the Contractor’s Quality Control Plan and
reviewing its QC testing reports to ensure results conform to the Contract
Documents, Technical Specifications, and that the correct tests are performed.
d. Ensuring QA and QC inspections are performed.
e. Coordination of the resolution of quality problems and/or Contract Document
discrepancies between the Contractor, the Designer of Record, and DIA.
f. Preparation, issuance and disposition of Deficiencies and Non-Conformance
Report (NCR) – Form CM 23 for the construction Contractor as required to
maintain appropriate quality standards.
g. Review of Daily DIA QA Inspection Report Form CM-14 and the Contractor’s daily
QC inspection reports.
6. Lead QA Inspector – Reports in line of authority and performance accountability to
the Quality Assurance Manager and to the Project Manager for coordination of
duties and responsibilities on specific Projects. (Note: Not all Projects warrant
assignment of a full time Lead Inspector and may have a part time or a special
systems QA Inspector assigned as Lead Inspector.) Lead Inspector Duties and
responsibilities include, but are not limited to:
a. Study and develop a working knowledge of the Contract Documents, existing
conditions, logistical constraints, goals and objectives and quality standards
established for assigned Projects.
b. Review the Contractor’s submitted Quality Control Plan for compliance with
Contract Document requirements, governing CCD Building Codes, FAA, CDOT or
Manager or Special Inspections Engineer who reports directly to the CCD Chief
Building Official. The Special Inspections Manager or Engineer would also report to
(or may actually be) the DIA Quality Assurance Manager. Reference Construction
Activity section 12.10 Special Inspections of these PM Guidelines for more detail. SI
Inspectors:
a. Are International Code Council (ICC) certified (or certified by another institute
recognized by the ICC under International Building Code (IBC) Chapter 17, such
as ACI, PTI, AWS, NCMA or IAS, the International Accreditation Service) in one or
more specific disciplines and types of construction to inspect work for building
code compliance.
b. Perform Denver Building Code compliance inspections which are typically
scheduled and requested by the Contractor directly, or through the Lead
Inspector on a Project.
c. Shall be familiar with and inspect the types of work identified in the DOR or EOR
Statement of Special Inspections in the Contract Documents for conformance
with the construction documents approved under the CCD Building Permit.
d. Shall be familiar with and inspect the types of materials identified in
construction documents approved under the CCD Building Permit and shall
coordinate and direct the testing of such materials for compliance with the
applicable referenced material standards in the Denver Building Code.
e. Are required to write a Non-Conformance Report (NCR) and immediately notify
(w/in 24 hours) a Contractor of any failure to conform to the approved
construction documents, the Denver Building Code or other violations of the
applicable referenced material standard in the Denver Building Code.
f. Shall write and furnish inspection reports to, and as directed by the CCD Building
Official under the requirements of the Denver Building Code or applicable
material standards referenced therein.
9. Contract Administrator (CA) reports to the Project Manager. Duties and
responsibilities include but are not limited to:
a. Distribution of all data and reports to the Project’s Master File (located in
Microsoft SharePoint).
b. Control of all initial project related Engineering documents.
END OF SECTION
12.9 DEFECTS
A. BACKGROUND
1. A “defect” is Work or the performance of Work which is not in conformance with
the Contract Documents and referenced governing codes and technical standards.
Defects can exist and be identified in two phases of a Project. Observable Defects
are those identified, recorded, tracked and resolved during the construction or
construction close out phase. Latent Defects are those discovered and identified
during the specified period as stated in Colorado State’s Statute of Repose. (refer to
“Defects” in Introduction Section 1.2 Definitions).
B. KEY TERMS
1. Deficiency
2. Latent Defect
3. Non-Conformance Report (NCR)
4. Substantial Completion
5. Warranty Period
C. RESPONSIBLE PARTIES
1. Contractor’s Project Manager or Superintendent
2. Contractor’s QC Inspector
3. Designer of Record (DOR)
4. DIA Project Manager
5. DIA QA Inspector
6. DIA QA Manager
7. DIA Records Management Department
8. DIA Section Director
9. DIA Senior Supervisor
D. PROCESS
See Field Quality Assurance / Quality Control Process Workflow, Deficiency Workflow,
and Non-Conformance Report Workflow
2. At the time when an NCR is issued, a value with budget retention will be
assessed and the Project Manager will notify the Contractor of the retention
value in the Non-Conformance Report (NCR) – Form CM 23.
d. Non-Conformance Report (NCR)
1. If the Project Manager or DIA QA Inspector or Special Inspector has
discovered a defect and determined that the Contractor has violated a CCD
Building Code, FAA Regulation or believes the Non-Conformance issue is
more substantial and cannot be rectified by the Contractor without the
Designer of Record (DOR) issuing a design for, or approving a proposed
remedy the Project Manager or Special Inspector will issue a Non-
Conformance Report (NCR) – Form CM 23 to the Contractor within 24 hours.
2. All Non-Conformance Report (NCR) – Form CM 23s shall be logged in the
Non-Conformance Report Log Form CM-60.
3. An NCR has multiple steps which include proposed correction and
preventative action, review and acceptance criteria and sign off stages by
various responsible parties (Designer of Record, etc…) throughout the
process. Once the defective work has been completed, re-inspected and
accepted, the NCR can be closed out. The Project Manager is the only
responsible person that is authorized to close or void an NCR. For more
information on NCRs refer to the Construction Activity Section 12.8 Quality
Assurance / Quality Control of this Guideline.
4. In the event there is disagreement between the Project Manager and the
DIA QA Inspector or Special Inspector regarding the status or disposition of
an NCR, the DIA QA Manager, Supervisor, and the Project Manager shall be
informed, confer and render a decision on the matter. If consensus cannot
be reached to resolve the issue at that level, the matter shall be presented to
the applicable Director for a determination.
5. The closed or voided Non-Conformance Report (NCR) – Form CM 23 is
distributed to all responsible parties and then electronically filed in the
project folder located in SharePoint.
e. Per General Condition 1706, if the Contractor does not remove the non-
conforming item(s) within 10 days after receiving written notice, the City shall
have the right to charge to Contractor for its cost of having the material or work
END OF SECTION
5. Organization
a. The Special Inspection Agency oversees and performs the special inspections.
1. The Special Inspection Agency is a City and County of Denver (CCD)
approved agency hired by the Owner to manage the Special Inspections
program and perform the required Special Inspections for DIA projects. The
Special Inspection Agency is an extension of the CCD Building Department
and reports directly to the Building Official.
2. Special Inspection Agency staff conducting special inspections includes:
a. Engineering Inspections Manager is the approved Special Inspection
Agency on-site project representative, accountable to the Building
Official and responsible for the Special Inspections and testing program
for assigned project(s). The Engineering Inspections Manager shall be a
licensed Professional Engineer registered in the state of Colorado.
b. Special Inspections Manager is a Special Inspection Agency staff
member that manages and supervise the special inspections operations
of the agency. The Special Inspections Manager reports to the Building
Official.
c. Special Inspector is an individual employed by Special Inspection Agency
who is certified by ACI, ICC,AWS,IAS or other approved accreditation
agencies in a particular field of construction as a Special Inspector.
Special Inspectors shall be approved in writing by the Building Official.
B. KEY TERMS
1. Deficiency
2. Non-Conformance Report
3. Special Inspections
4. Special inspector’s inspection report
5. Statement of Special Inspections
C. RESPONSIBILITIES
1. Building official
2. City and County of Denver (CCD) Building Department
1. The Special Inspector shall write report(s) and, as directed by the Building
Official, provide other information within the scope of the Special
Inspector’s duties. The Special Inspector shall furnish inspection reports as
required by the Denver Building Code and the applicable referenced material
standards in the Denver Building Code.
2. The reports are to be submitted to the Special Inspection Manager for
review.
3. The Special Inspector will forward final copies of the reports to the Project
Manager and the Registered Design Professional. All reports prepared by
the Special Inspector shall be made available to the Building Official upon
request.
d. Special Inspection Defects refer to the Construction Activity 12.9 – Defects
section of this Guideline for further information on defects
e. Initial Finding
1. A special inspection “defect” is work which is found to not be in conformance
with the Denver Building Code, technical specifications or other material
standards in the Denver Building Code.
2. The Special Inspector shall immediately notify the Project Manager and the
Registered Design Professional verbally when there is non-conformance
with the Denver Building Code, within the scope of their special inspections
activities, or other violation(s) of the applicable technical specifications or
referenced material standards in the Denver Building Code.
a. The notification shall be recorded in the Contractor’s Daily Inspection
Report.
b. The notification shall be recorded in the Special Inspector’s Special
Inspection Report.
f. Non- Conformance Report (NCR)
1. The Special Inspector is required to immediately notify the Contractor in
writing of non-conformances to the approved construction documents, the
Denver Building code or other violations of the applicable referenced
material standards in the Denver Building Code within the scope of their
END OF SECTION
c. Coordination with the QA Materials Testing Lab and test technicians must be
initiated by the Contractor’s QC Coordinator through the Project Manager. The
Contractor’s QC Manager must forecast his testing needs and notify the QA
Coordinator one week ahead of the required test(s). In certain instances the QA
coordinator will arrange for direct communications between the QC Coordinator
and the test technician.
d. Issues regarding design problems or design changes must be coordinated
between the Project Manager and the Designer of Record. If there is a separate
design Project Manager, he/she shall also be included.
e. Requests for information by the FAA, State agencies or city departments must
be coordinated between the Project Manager and the appropriate Director to
ensure that the Project Manager’s response is appropriate, accurate and
complete.
f. Traffic Planning and Construction Staging
1. Landside
a. Traffic planning involves the Contractor furnishing plans and designs for
traffic control and haul routes to be used during construction. The
Contractor is responsible for developing and submitting these plans to
the Project Manager for approval prior to the initiation of any
construction activities.
b. Traffic Control plans shall be developed in accordance with Technical
Specification 015525.
c. The Contractor shall submit the Traffic Control plans for review to the
Project Manager in accordance with the project submittal process.
2. Airfield
a. Traffic control plans, haul routes, haul route monitors, and the location of
flaggers are provided by DIA and are detailed on the contract
construction drawings. Contractors are not allowed to deviate from
these plans without prior written approval from the Project Manager and
FAA.
3. Construction Staging Areas
a. Construction staging areas are provided by DIA and are detailed on the
contract construction drawings. The Contractor is not allowed to deviate
from these plans without prior written approval from the Project
Manager. If the Contractor needs additional space or a different location
for staging, a written request shall be provided to the Project Manager to
review. The Contractor will also provide detailed drawings of the
requested location of the staging area.
E. DOCUMENT CONTROL
1. N/A
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Technical Specification 015525
END OF SECTION
END OF SECTION
7. TSA
D. PROCESS
See Sensitive Security Information (SSI) – Construction Workflow
1. It is not possible to have a definitive list of all the types of SSI documents. Each
project is unique and therefore the Project Manager shall coordinate a meeting with
the Program Security Manager in Airport Security, to get a clear understanding of
the documents TSA considers SSI for the individual project. If a meeting is required
with the TSA, Airport Security will arrange it. This meeting is held once the scope of
work is clearly defined but before any documents have been released to the
Contractor. Meeting minutes shall be written utilizing the General Meeting Minute
Form PS-41.
2. If the project contains SSI, after the contract is awarded and prior to the initiation of
any construction activities, the Project Manager will distribute the following forms
to the Contractor.
a. PS-17 – Confidentiality and Non-Disclosure Agreement
b. PS-18 – List of SSI released and Recovered Documents
c. PS-19 – Request for Disclosure
d. PS-20 - SSI Return or Destruction Compliance Form
3. PS-17 – Confidentiality and Non-Disclosure Agreement
a. The Contractor and their respective Subcontractors must sign a PS-17 –
Confidentiality and Non-Disclosure Agreement prior to receiving any SSI
documentation.
b. The Project Manager is required to witness the contractor’s signing of the PS-17
– Confidentiality and Non-Disclosure Agreement. Once this has taken place, the
Project Manager is to sign and date it.
c. The Project Manager is responsible for obtaining and filing the signed PS-17 –
Confidentiality and Non-Disclosure Agreement from all the individuals (including
subcontractors) who have access to SSI and file them in the designated folder
located in their project files.
d. SSI documents must remain under the strict control, at all times, of those who
have signed the agreement. When not in their physical possession, the
The Project Manager will notify the Contractor if any discrepancies are
discovered. The project cannot be closed out until all inconsistencies are
resolved.
7. E-mail
a. Once SSI forms are signed, emailing of the documents is allowed only if the
attached documents are password protected. They are not to be part of the
body of the email. Electronic storage of the SSI Package will have to be
password secured or the network should have limited access. Hard copies of the
SSI documents are to be locked up in a secure container or file cabinet.
8. The Project Manager is ultimately responsible for obtaining these completed SSI
forms and documents from any person associated with DIA that was involved with
the project’s SSI package.
E. DOCUMENT CONTROL
a. Meeting Minutes from initial meeting with Airport Operations and TSA
b. PS-17 – Confidentiality and Non-Disclosure Agreement
c. PS-18 – List of SSI released and Recovered Documents
d. PS-19 – Request for Disclosure
e. PS 20 - SSI Return or Destruction Compliance Form
F. REFERENCES
1. Form link
a. General Meeting Minute Form PS-41
b. PS-17 – Confidentiality and Non-Disclosure Agreement
c. PS-18 – List of SSI released and Recovered Documents
d. PS-19 – Request for Disclosure
e. PS-20 – SSI Return or Destruction Compliance Form
f. PS-17 – Confidentiality and Non-Disclosure Agreement
2. Process link
a. Sensitive Security Information (SSI) – Construction Workflow
3. Other
a. Code of Federal Regulations (CFR) 49 Part 1520
b. Technical Specification 011420
END OF SECTION
12.14 MULTIPLIER FACTOR AND CORE STAFF LABOR RATES: ON-CALL CONTRACTS
A. BACKGROUND
1. When responding to a Request for Proposal, DIA requires the contractor to complete
two forms which will show how they developed and calculated their core staff billing
rates. These required forms are Submittal 1 – Fringe Benefit Calculation -
Construction and Exhibit D – Core Staff Labor Rate Schedule. Both of these forms
are required submittals in the initial Request for Proposal package.
B. KEY TERMS
1. Colorado Open Records Act
2. Fringe Benefit
3. Multiplier factor
4. Overhead / Profit
C. RESPONSIBILITIES
1. Contractor
2. Subcontractors
D. PROCESS
1. Submittal 1 – Fringe Benefit Calculation - Construction
a. This submittal is designed to calculate the Fringe Benefit and Overhead/Profit
Multiplier Factor. This resulting multiplier is subsequently used in the Exhibit D –
Core Staff Labor Rate Schedule to calculate the billable hourly rates for core staff
personnel the Contractor and Subcontractors intends to bill to DIA during the
project.
b. The Submittal 1 – Fringe Benefit Calculation - Construction is provided with the
Initial On Call Construction and/or Firm Fixed Price Request For Proposals (RFP)
so that the Contractor and any known Subcontractors can calculate their
respective Fringe Benefit and Overhead/Profit Multiplier Factor(s).
c. The Submittal 1 – Fringe Benefit Calculation - Construction is emailed (Excel
format only) separately and directly to the appropriate Director for review and
evaluation. The Submittal 1 – Fringe Benefit Calculation - Construction contains
4. As On-Call projects are identified, this exhibit is sent out (before awarding the Task
Order) to any new Subcontractors that are expected to work on the new Task if DIA
has not already received and approved an Exhibit D – Core Staff Labor Rate Schedule
file from that entity.
E. DOCUMENT CONTROL
a. Acknowledgement Letter
b. Exhibit D – Core Staff Labor Rate Schedule
c. Submittal 1 – Fringe Benefit Calculation - Construction
F. REFERENCES
1. Form link
a. Acknowledgement Letter
b. Exhibit D – Core Staff Labor Rate Schedule
c. Submittal 1 – Fringe Benefit Calculation - Construction
2. Process link
a. N/A
3. Other
a. Colorado Open Records Act
END OF SECTION
2. Other
a. N/A
END OF SECTION
D. PROCESS
7. For Forced Account work, Change Orders, Task Orders, Stored Materials and any
type of negotiated work, the Project Manager should monitor material purchases
and sales tax very closely to ensure that sales taxes are appropriately applied.
8. All invoices must include line item detail, including sales taxes, for all charges.
a. Any invoices submitted as backup for pay applications that state “Includes Sales
Taxes” must be returned so that the line item detail can be disclosed, unless the
Contractor can provide appropriate documentation supporting the sales tax
amount(s).
9. It is the Contractor and/or Subcontractor’s responsibility to apply to the Colorado
Department of Revenue to obtain the appropriate Sales Tax Exemption Certificate
allowing certain materials used in the construction or renovation of a project for a
tax exempt entity to be purchased free of State, RTD, and District sales taxes.
a. Within 2 weeks of the Notice to Proceed, the Project Manager shall request a
copy of the Sales and Use Tax Exemption Certificate from the Contractor and all
of their Subcontractors.
b. The Sales Tax Exemption Certificate (s) should be placed in the project file.
E. DOCUMENT CONTROL
1. Sales Tax Exemption Certificate(s)
F. REFERENCES
1. Form link
a. N/A
2. Process link
a. N/A
3. Other
a. Executive Order XO 46: State of Colorado Sales and Use Tax Exemption Policy
b. Index of all Executive Orders.
END OF SECTION
6. Maximo
7. Interest Accrual Date
C. RESPONSIBILITIES
1. Contractor
2. Subcontractor
3. Project Manager
4. Business Management Services
5. Business Management Services Administrator
6. Contract Administration Team
7. Accounts Payable
8. Prevailing Wage Department
9. Controller
D. PROCESS
See Construction Payment Processing Workflow
1. Contractor Submittal of Invoice
a. Per General Contract Conditions 902.2 Contractor’s invoices are due to the
Project Manager by the day of the month agreed to in writing for services
performed in the previous 30 day period.
b. Prior to developing the application for payment the Contractor shall have a
Schedule of Values Form CM 89 approved by the PM. Refer to Technical
Specification 012910 – Schedule of Values.
c. Project Using Textura (ONLY) Once the Schedule of Values Form CM 89 has been
approved, the Project Manager will export the Schedule of Values Form CM 89
to Excel and forward it on to Textura.
d. The Contractor prepares their payment application using Primavera Contract
Management (PCM). Once completed, the Contractor notifies the Project
Manager that the pay application has been created and is ready for their review.
c. The Project Manager will upload the signed and approved payment application
package into the All Approved Pay Application from PM folder located on the
shared drive: S:\Contract Pay Applications\Construction Project Managers\All
Approved payment applications From Project Managers and inform the Business
Management Services Administrator that the pay application is approved for
processing.
d. Business Management Services Administrator (BMSA) will download the file
and begin their review process of the payment application. If during this review,
the Business Management Services Administrator determines that the
submitted invoice amounts need to be modified (Disallowed or Pending items),
they will make those adjustments and forward copies of the modified pay
application to the Project Manager and Contractor as notification.
e. If the Contractor is not notified within the required 10 calendar days, the invoice
is deemed to be complete and responsive.
f. If the invoice submitted is not complete and responsive, the Invoice Interest
Accrual Date will begin when the invoice is resubmitted with corrections.
g. After review and approval by the Contract Administration Team in Business
Management Services, the Application for Progress Payment Form CM-18 is
forwarded by the Business Management Services Administrator to Accounts
Payable.
h. Accounts Payable confirms there are enough funds encumbered to pay the
invoice. The data is also entered into PeopleSoft (The City and County of
Denver’s system) and Maximo (DIA’s system). The Application for Progress
Payment Form CM-18 is printed and couriered downtown to the Prevailing
Wage Department to verify the certified payroll. After the Prevailing Wage
Department approval the Application for Progress Payment Form CM-18 is
forwarded to the Controller’s Office to issue the check.
i. Rejected Pay Applications:
1. If the Project Manager rejects the invoice, the Project Manager will notify
Business Management Services who will notify the Contractor.
2. If Business Management Services rejects the invoice, Business Management
Services will notify the Project Manager and the Contractor.
3. If Accounts Payable rejects the invoice, Accounts Payable will notify the
Project Manager who notifies the Contractor.
4. If Prevailing Wage rejects the invoice, Prevailing Wage will notify the
Contractor.
5. Subcontractor Payments
a. Under the prompt pay ordinance, the Contractor is required to pay their
subcontractors within 7 days from the date they receive a check from the City.
b. The Contract Administration Team in Business Management Services is
responsible for ensuring prompt payment to Subcontractors by monitoring the
partial lien releases submitted with each pay application.
c. If the Contractor is not in compliance, Contract Administration may withhold
payment from a Prime Contractor and notify both the Prime Contractor and the
Project Manager.
d. If the Contractor continues to be slow of delinquent paying their Subcontractors,
the City may also elect to issue separate checks to both the Contractor and their
Subcontractors.
6. Prompt Pay Ordinance
a. Per the Prompt Pay Ordinance, the Contractor must pay the subcontractors
within 7 days of receiving payment from DIA.
b. The prompt pay timeline begins on the later of the date of the Contractor’s
invoice or in the case of invoices that are not complete or responsive, the date
on which the invoice is submitted to DIA complete and responsive (known as the
Interest Accrual Date).
c. The prompt pay timeline will also be adjusted if the date the invoice is received
by Business Management Services is more than 10 days from invoice date. In
these cases the prompt pay timeline will start on the date the invoice was
received.
d. Business Management Services has 24 hours to log and stamp the invoice
“Received” after receiving the Contractor’s invoice.
E. DOCUMENT CONTROL
1. Application for Progress Payment
END OF SECTION
12.18 CONTINGENCIES
A. BACKGROUND
1. Contingency is a special monetary designated provision that is established in the
project budget. Its’ purpose is to cover uncertainties or unforeseeable issues or
impacts to the costs as result of a change in schedule or scope of a project or
unforeseen construction issues. The size of the contingency is usually based on the
risk associated with the design and construction of the project. At the initial project
development stage, it should not be less than 10% of the engineer’s estimate of the
project cost. However, the more risk involved to the Owner, the higher the
contingency.
2. Reasons for Contingency
a. Incomplete Plans
b. Changes by Owner
c. Mistakes by Architects and Engineers
d. Unforeseen construction issues
e. Incorrectly specifying material or a product that is no longer in production or
available.
B. KEY TERMS
1. Construction Management, General Contracting (CMGC)
2. Contingency fund
3. Encumber
4. Guaranteed Maximum Price (GMP)
5. Risk
6. Value engineering
C. RESPONSIBILITIES
1. Director
2. Finance
3. Owner
2. Contingency amounts are based for the most part on the amount of risk that
is involved in constructing a project. For CMGC and Design Build, the amount
of risk is based on the design phase within which the GMP is based upon.
3. If the GMP is developed at 30% design phase, there is a very high risk to the
Contractor. Therefore, the GMP construction contingency is higher and could
be as much as 30% of the engineer’s estimate of the project cost.
4. If the GMP is developed at the 60% phase, the risk begins to go down for the
Contractor.
5. Finally, if the GMP is established at the 90% design phase, the risk is minimal
to the Contractor. Usually at this phase the contingency is more in the single
digit range, no more than about 10%.
a. Use of the GMP Contingency – During construction, the only way the
Contractor may access the GMP contingency is by sending a formal
request to the Project Manager and receiving their written approval. The
Contractor’s request must state the amount they are requesting and the
reason for the request. The Contractor must include some form of
documentation (invoices, receipts, bid information, etc…) supporting and
verifying that the amount requested was properly used in association
with the project and specifically the contingency issue in order to receive
payment when submitting a pay application. If the Contractor does not
provide sufficient documentation, the Project Manager may elect to
reject the total or partial amount requested.
b. Fixed Price Contracts
1. For fixed price contracts the only established project contingency is the one
(Owner’s Contingency) developed by the Project Manager when creating the
construction budget. With regard to the construction contractor’s
contingency, unless specified in the bid documents, there are no line items
associated with contingency in the contractor’s bid. The Contractor may
incorporate one into his bid items which is not shared with the Owner.
E. DOCUMENT CONTROL
1. Contingency budgets
2. Contractor written approval for use of contingency
3. Engineer’s estimate
F. REFERENCE
1. Form Link
a. N/A
2. Process Link
a. N/A
3. Other
a. N/A
END OF SECTION
12.19 ALLOWANCES
A. BACKGROUND
1. An allowance is a designated monetary amount associated with specific activities or
items that are required for the construction of a project, but where a total cost can’t
be clearly defined or established at the time the project is being bid (e.g. welding
inspections costs, permit costs, outside utility design, etc.).
B. KEY TERMS
1. Allowance
2. Bid tabulation form
C. RESPONSIBILITIES
1. Contractor
2. Project Manager
D. PROCESS
1. The Project Manager determines an estimated value for the Allowance and enters it
on the Bid Tabulation Form. Allowances are shown on the Bid Tabulation Form as a
separate line item or line items. The Project Manager shall specify the detailed
activities associated with Allowances in the technical specifications and on the Bid
Tabulation Form.
2. Usage of Allowance
a. Requesting and Approving Authorization of Allowance
1. To receive authorization the Contractor must complete the Allowance
Authorization form CM-95 and submit it to the Project Manager.
2. The Project Manager is responsible for reviewing and approving any
Allowance authorization request. Upon receipt of the Allowance
Authorization form CM-95, the Project Manager reviews it, ensures the
Contractor has properly completed the form, and has attached all of the
required supporting documentation.
a. If it is acceptable, the Project Manager signs and dates it and forwards a
copy of the executed document back to the Contractor.
d. Upon receipt of this request, the Project Manager will arrange a meeting for
both parties to review and discuss the issue.
e. Schedule of Values Form CM 89
1. If the Project Manager agrees to pay for such items then in accordance with
Division 1, Technical Specification, Section 012910, the Contractor shall
include with their initial Schedule of Values Form CM 89 submittal, a
separate section within the schedule identifying the stored material items.
Under the stored materials section schedule, the Contractor should list a line
item for each stored item or equipment and a quantity that they intend to
bill for.
2. The value shown for each stored material line item identified in the initial
Schedule of Values Form CM 89 should show a dollar amount of zero ($0) or
left blank, within the section titled as “Original Contract”, “Change Order
Summary”, and “Revised Quantity”. A value other than that will increase the
overall contract value, which is not acceptable.
3. Prior to accepting the Schedule of Values Form CM 89 stored materials
schedule, the Project Manager and Contractor must agree on a
methodology that will be used to bill the stored materials and how it will
correlate with the particular bid item. It must also detail how much the
Project Manager will allow to be billed against a completed line item(s) for a
particular period and the amount that should be subtracted from the
previous paid associated stored material(s) value(s). This process is
important because it avoids DIA from paying double for the line item and the
associated stored material
4. During the construction phase, the Project Manager (at their sole discretion)
can allow the addition of stored material or equipment items to the Schedule
of Values Form CM 89 if requested.
2. Required Documentation for Payment
a. Along with the request for payment of stored permanent materials the
Contractor must submit paid invoices clearly showing the quantity, the type of
permanent material, must accompany payment for stored permanent materials
and the net amount paid to the supplier.
b. Any discount or rebates must also be shown on the invoice. The Contractor
must furnish to the Project Manager evidence of the quantity and quality of such
stored or stockpiled materials.
c. Payment for certain stored materials will require weight tickets to accompany
the invoice.
d. The Contractor must also provide a certificate stating that the permanent
material is free of any liens or judgments preventing its use by the City should be
included.
e. The Project Manager may accept invoices stamped “PAID” with a purchase order
number and date from the supplier in lieu of this.
f. The Contractor must have purchased the stored materials to be reimbursed for
stored materials.
g. At the Contractor’s request and prior to any requisitions for any materials or
equipment being issued, and at the City’s sole discretion, the City may elect to
pay for stored permanent materials or equipment, only with the mandatory
approval from the Deputy Manager of Aviation – Airport Infrastructure
Management.
3. Special Storing Requirements
a. The Contractor is required to follow all requirements the manufacturer specifies
for properly storing the permanent materials or equipment. Failure to comply
with these recommendations may result in the City denying the Contractor’s
request for reimbursement for stored materials. The Project Manager may also
elect to issue an Non-Conformance Report (NCR) – Form CM 23 against the
Contractor’s Quality Control program, which could also result in monetary
damages to the Contractor.
b. The Contactor will be liable for any warranty issues resulting from their failure
for not complying with the manufacturer’s storing requirements.
4. Permanent Materials Stored Off Site
a. All permanent materials stored off site, for which payment is requested, shall be
insured and stored in a bonded, insured warehouse. The Contactor shall provide
documentation to the Project Manager verifying these requirements.
5. For additional information, the Project Manager should refer to Division 1, Technical
Specification, Section 012910 and/or FAA Advisory Circular 150/5370-10F, Section
90 for additional information with regards to stored material.
E. DOCUMENT CONTROL
1. Request for Payment
F. REFERENCE
1. Form Link
a. Schedule of Values Form CM 89
b. Non-Conformance Report (NCR) – Form CM 23
2. Process Link
a. N/A
3. Other
a. Division 1, Technical Specification, Section 012910
b. FAA Advisory Circular 150/5370-10F, Section 90
END OF SECTION
1. The Contractor must also indicate on the RFI form if there will be cost or
schedule impacts relative to their proposed solution and also state the
reason for these impacts.
2. The Contractor’s proposed solution shall not be binding upon the reviewer.
3. While RFIs should all be responded to with 5 business days, if the issue is
critical, the Contractor will provide an earlier deadline for responding to the
RFI.
a. This deadline is not contractually binding, but shall be adhered to where
possible to continue forward progress of the project.
2. Receipt of a Request for Information
a. The DIA Project Manager has the overall responsibility to review, distribute (if
required), track progress, expedite as necessary, respond to, and return each RFI
submitted.
1. The Project Manager shall review the incoming RFIs from the Contractor and
confirm that the questions are stated clearly, the proposed solutions are
realistic, and the requested RFI response date is reasonable.
2. Receipt of the RFI by DIA and confirmation of the requested RFI response
date will be provided to the Contractor by the DIA Project Manager within 5
business days of receiving the RFI.
a. If the Contractor requests an unreasonable or unattainable response
time to an RFI, the Project Manager will immediately notify the
Contractor in writing when a response may be expected. If appropriate,
the Project Manager’s notification should cite any delays or untimely
circumstances surrounding the Contractor’s submittal of the RFI.
1. The revised schedule for responding to the RFI will be determined by
the DIA Project Manager and Director, but shall remain within the
established 5 business days for typical RFI responses.
b. If the answer to the question can be found in the Design Standards
Manuals, or the contract documents, the Project Manager will respond
with the correct Contract Document Reference.
3. If a valid issue is raised in the RFI, the DIA Project Manager will determine
if/who the RFI should be forwarded to so the proper response can be
obtained and will prepare his/her comments to the reviewer as a separate
attachment to the RFI (i.e., not written on the face of the document).
3. Response to a Request for Information
a. The Project Manager will review the response received from the appropriate
reviewer(s), determine if it satisfactorily addresses the question, and will
determine its possible effects on the contract costs, time, or function.
1. If, in the Project Manager’s opinion, cost, time, or function is affected, the
Project Manager will notify the reviewer(s) and the PM’s Supervisor
indicating a need for discussion.
b. The response to an RFI shall not:
1. state that the reply will be issued in a forthcoming change
2. state the reason for the clarification,
3. address alleged liability of any of the parties, or
4. Reference a city-initiated change request as being the solution to the subject
problem.
c. The Project Manager will close the RFI in project management system and email
the Contractor that the RFI has been responded to and that it is closed.
d. Below are a couple of examples of questions and who should respond:
a. The Project Manager and Contractor should review the Request for Information
Log Form CM-68 as part of the Weekly Progress Meeting. The log should reflect:
b. RFI Number (numbered consecutively)
c. RFI description
d. Date Received
e. Date Sent to Reviewer
f. Reviewer Name & Company
g. Date Returned from Reviewer
h. Date Responded to Consultant
i. Schedule Impact (Y/N)
j. Cost Impact (Y/N)
k. Days Remaining in Review (based on standard 5 business day review) – a
negative number will indicate the RFI is overdue to be returned to the
Consultant
E. DOCUMENT CONTROL
1. Requests for Information
2. Request for Information Log
F. REFERENCES
1. Form link
a. Request for Information (RFI) Form CM-17
b. Request for Information Log Form CM-68
2. Process link
a. RFI Workflow
3. Other
a. Design Standards Manuals
END OF SECTION
a. Once the Task Order Justification has been approved, the Project
Manager will either:
1. Option 1 - Issue the Task Notice for Proposal Form CM-47 (TNP) and
the Standard On-Call Cost Proposal Form CM-31 to the appropriate
On-Call Contractor, or
2. Option 2 - Issue the Task Notice for Proposal to assigned On-Call
Contractors for a competitive bid.
b. The Project Manager will log all TNPs issued on the Task Notice for
Proposal Log Form CM-48
4. On-Call Contract
a. Under an On-Call Contract, when a project is contemplated, the Project
Manager will prepare a Task Notice for Proposal Form CM-47 that
describes the scope of the project, provides drawing and specification
references, the time frame for the project and liquidated damages.
d. Review of Proposals
1. Option 1 - After receiving the Standard On-Call Cost Proposal Form CM-31
from the On-Call Contractor selected for a negotiated task (single proposer),
the Project Manager will review the Cost Proposal submitted with the
Project Controls Estimator. If necessary, the Project Manager will set up a
negotiation session and the Project Controls Estimator and the Project
Manager will negotiate the cost with the On-Call Contractor.
1. The Project Manager will document the negotiation sessions utilizing
the Negotiation Session Agreement Form CM-04.
2. Option 2 - After receiving all of the proposals for a competitively bid project,
the Project Manager will review all of the Cost Proposals submitted with the
Project Controls Estimator. Based on their and DSBO’s evaluation, the
lowest responsible bidder will be selected.
3. Once an agreement on the cost has been reached or following selection of
the lowest responsible bidder, the Project Manager will generate the Task
Order Directive (TOD) Form CM-86 using Primavera Contract Manager. Once
the Task Order Directive (TOD) Form CM-86 package is complete the Project
F. REFERENCES
1. Form link
a. Task Order Justification Form CM-46
b. Task Order Justification Routing Sheet Form CM-46A
c. Task Notice for Proposal Form CM-47
d. Standard On-Call Cost Proposal Form CM-31
e. Task Order Directive (TOD) Form CM-86
f. Task Change Order Directive (TCOD) Form CM-87
g. Task Notice for Proposal Log Form CM-48
h. Change Notice Form CM-20
i. Change Order (CO)
j. Negotiation Session Agreement Form CM-04
2. Process link
a. Construction Changes Overview Workflow
b. Contractor Change Request (CCR) Workflow
c. Change Request (CR) Workflow
d. Change Order (CO) Workflow
e. Change Notice (CN) Workflow
f. Change Order Directive / Task Order Directive Workflow
3. Change Directive (CD)Other
a. Task Order Sample
b. Construction Activity 12.24 – Change Management
END OF SECTION
Facility. They will not accept or approve any shutdown requests, if the
Project Manager fails to attend this meeting.
b. System Shutdown Request
1. Any work performed on an existing operating mechanical or electrical system
such as but not limited to: plumbing, cathodic protection, HVAC, fire alarm
and detection, fire protection, lighting, communications, data, security
systems, elevators and escalators, baggage handling system, passenger
loading bridges systems and roadways – landside.
2. Shutdown Processing Time
a. The completed shutdown request must be received by the required reviewers no
later than five (5) working days, (Monday - Friday) prior to the requested
shutdown time. Unless it is an emergency, any shutdown request submitted
without the five (5) day requirement will be rejected by the Project Manager
and/or the required reviewers.
3. Initiating a Shutdown Request
a. Prior to initiation a shutdown request the Project Manager should review the
Shutdown Notification Request Application – User Guide.
https://intranet.flydenver.com/shared/shutdown
b. The Project Manager should follow the process as identified in the User Guide
for initiating, submitting and tracking a shutdown request.
c. The Project Manager go to SharePoint downloads the appropriate shutdown
request template(s) and sends a work copy to the Contractor as an attachment
to an email.
d. The Contractor completes the shutdown template (Airfield or System), saves a
copy in their files and emails the Project Manager with the completed request
form attached.
e. The Project Manager will review the shutdown request information and creates
the appropriate shutdown request in SharePoint and submit it.
1. To create and submit the shutdown request the Project Manager shall follow
the instructions as stated in the Shutdown Notification Request Application –
User Guide.
1. Form link
a. Shutdown Request
b. Delivery Notification Form XX
2. Process link
a. Shutdown Request Workflow
3. Other
a. DIA Intranet Site - https://intranet.flydenver.com/shared/shutdown
b. Shutdown Notification Request Application – User Guide
END OF SECTION
8. FAA
9. Manager of Aviation
10. Project Controls Estimator
11. Project Controls Manager
12. Project Controls Scheduler
13. Project Manager
14. Senior Director
15. Supervisor
D. PROCESS
See the following workflows:
a. Construction Changes Overview Workflow
b. Contractor Change Request (CCR) Workflow
c. Change Request (CR) Workflow
d. Change Order (CO) / Change Task Order (TCO) Workflow
e. Change Notice (CN) Workflow
f. Change Order Directive / Task Order Directive Workflow
2. Methodology for Generating Changes - There are two (2) ways to initiate a change to
the contract.
a. Change Request (CR) Form CM-22 – DIA, CCD or outside agency initiated
b. Contactor Change Request (CCR) Form CM-40 – Contractor Initiated change
c. All Change Request shall be logged in Change Request (CR) Log Form CM-52.
3. Change Request (CR) Form CM-22
a. A request for a change to a construction contract may be initiated by anyone
associated with the contract including the Contractor, the Designer, the Airport
Infrastructure Management (AIM) Division, the Project Manager’s field staff, the
FAA, other city agencies, or outside agencies.
b. When a source other than a Contractor wants to initiate a Change Request, they
generate it using project management system. If they do not have access to this
system, they shall use a Change Request (CR) Form CM-22 to document the
request and send it electronically.
a. Reviewing Change Request (CR) Form CM-22 - For those sources that must use
the Change Request (CR) Form CM-22 form, a Change Request (CR) Form CM-22
consists of two parts:
1. the Change Request (CR) Form CM-22 and
2. the Change Request Summary Form CM-41
a. Additional sheets may be attached to the completed form as needed to
fully document the request.
b. A Change Request (CR) Form CM-22 form is completed whenever there is a need
to alter the contract documents. A sample list of reasons a Change Request (CR)
Form CM-22 is required are:
1. The Designer requests a change
2. The design Project Manager requests a change
3. An RFI response requires a change
4. A submittal reply requires a change
5. The Project Manager is aware of changes in conditions from those defined
by the contract
6. Airport Infrastructure Management Division management wants to obtain
pricing and/or schedule impacts for additional work
7. The FAA, another city agency or any other agency wants to change the
contract or change the design of a project.
c. Processing a Change Request (CR) Form CM-22 and Change Request (CR) Form
CM-22.
1. The Project Manager is responsible for considering, approving, and
coordinating every request for change regardless of the source of the
request. Every change directed by the Project Manager starts with and is
documented by a Change Request (CR) Form CM-22 .
2. Every potential change to the contract must be evaluated for its functional
cost and schedule impacts on the project. Also taken into consideration are
the potential inter-relationships between projects and the impact of the
possible change on other projects. The Project Manager coordinates this
review, involving the necessary Airport Infrastructure Management (AIM)
office staff and the Designer as necessary. The decision to implement the
proposed change or some portion thereof comes from this review.
3. The Project Manager reviews all pending Change Request (CR) Form CM-22
requests with their Supervisor and Director at the earliest opportunity.
Before proceeding with the Change Request (CR) Form CM-22, the Director
determines which Change Request (CR) Form CM-22s should be discussed
with the Senior Executive Director and/or the Deputy Manager of Aviation
of Airport Infrastructure Management, due to their particular sensitivity or
unique functional, cost or schedule impacts.
4. Senior Management Review
a. Additionally, concurrence by the Senior Director shall be obtained when
the change request meets any of the following criteria:
1. The gross value of the change request exceeds $50,000.00
2. There is a schedule impact on the project
3. The change request will affect another contract
4. There is disagreement among the Project Manager, Supervisor,
Director, estimating, scheduling, or the Designer
5. The acceptance may set a precedent or standard which other
contracts may also be potentially required to follow
6. There is reason to believe that the decision is controversial, and
parties may be contacting the Senior Directive or the Deputy
Manager of Aviation directly.
b. Concurrence from the Senior Director and the Deputy Manager of
Aviation, if required, shall be indicated by a signature on the approval line
at the bottom of the Change Request (CR) Form CM-22. The Change
Request (CR) Form CM-22 may also be reviewed with the Manager of
All Contractor Change Requests are initiated, logged, tracked and closed using
Primavera Contact Manager.
b. The Contractor shall give the Project Manager prompt written notice within five
(5) days) via a Contactor Change Request (CCR) Form CM-40 if they:
1. receive any instructions, interpretations, or directives which they believe are
a deviation from the Contract Documents, or
2. identified what they believe are errors or omissions in the Contract Drawings
or Technical Specifications, or
3. encounter a differing site condition, or
4. becomes aware of any other matter or circumstance that they believe might
require a change in the Contract Documents, Contract Time, or Contract
Cost.
c. A Contactor Change Request (CCR) Form CM-40 shall be submitted in PCM
(which will provide sequential numbering) before instructions or directives are
acted upon, before differing site conditions are disturbed, as soon as the
Contractor has knowledge of a delay, or as soon as the Contractor has
knowledge of any circumstances which might require a change to the contract,
but in no event more than five (5) days after the conditions are first discovered.
d. If the Contractor does not have access to project management system then they
are to complete a Contactor Change Request (CCR) Form CM-40. In either case,
the Contractor is responsible for following the process identified in General
Conditions, Section 1103 whenever they are initiating a change.
d. Non-Conformance, as with the Change Request process, the Project Manager is
the focal point for receiving, evaluating and responding to every Contactor
Change Request (CCR) Form CM-40.
e. After receiving a Contactor Change Request (CCR) Form CM-40 the Project
Manager will take the following steps:
a. The Project Manager shall review the Contactor Change Request (CCR)
Form CM-40 and determine if it has merit. They may forward a copy of
the Contactor Change Request (CCR) Form CM-40 to their Supervisor,
Director, and the Designer of Record (if required) for review and
comment. If a cost estimate is attached, the Project Manager will
forward the Contactor Change Request (CCR) Form CM-40 to the Project
Controls Manager for review and comment.
b. The Project Manager shall determine if the Contractor can “work
around” the situation or if the work must be stopped, completely or in
part, while the Contactor Change Request (CCR) Form CM-40 merit is
being reviewed.
c. The Project Manager will review the Contactor Change Request (CCR)
Form CM-40 with their Supervisor and Director when required.
Situations where the Project Manager would consult with the Director
include but are not limited to the following:
1. The cost of the Contactor Change Request (CCR) Form CM-40 (as
estimated by the city) exceeds the lesser of $20,000 or five percent of
the original contract value.
2. There is a schedule impact on the project.
3. The Contactor Change Request (CCR) Form CM-40 will affect another
contract.
4. There is disagreement among the Project Manager, Project Controls
Manager and/or Scheduler in Project Controls, the design Project
Manager, or the Designer of Record.
5. The acceptance of the Contactor Change Request (CCR) Form CM-40
may establish a precedent or set a standard that other contracts may
be required to follow.
6. If there is a reason to believe that the decision may be controversial
and that the Contractor, his Subcontractors or suppliers may contact
the Deputy Manager of Aviation or the Manager of Aviation directly.
f. Project Manager Responses - Once all comments are received, the Project
Manager will review them and determine if the Contactor Change Request (CCR)
Form CM-40 has merit or not.
1. Contactor Change Request (CCR) Form CM-40 - Has merit
a. If the Contractor receives notification from the Project Manager that the
Contactor Change Request (CCR) Form CM-40 has merit, the Contractor is
days). The Project Manager may also extend this 20-day response requirement
depending on the circumstances.
1. If the Contractor fails to respond within the specified time, the Contractor
waives any rights to claim against delay-related costs.
d. Change Notice (CN) Form CM-20 is generated in PCM, is automatically numbered
consecutively by contract, and are logged in Change Notice (CN) Log Form CM-
53, distributed, and tracked by the Project Manager through the resolution of
the Change Notice (CN) Form CM-20 (usually through the issuance of a Change
Order (CO) Form CM-21).
e. Upon receipt of the Contractor’s complete cost and schedule proposal, the
Project Manager forwards the information to Project Controls for a final cost
and schedule impact analysis. Project Controls will prepare a cost budget and a
schedule impact evaluation to be used in the negotiations.
f. When cost proposals are requested from two or more for competitive bid
purposes the, the Change Notice (CN) Form CM-20s are issued at the same time
and returned at the same time in sealed envelopes similar to the typical bidding
process. The envelopes are opened by the Project Manager.
g. Upon receipt of the Contractor’s cost and schedule proposal, the Project
Manager, the Project Controls Manager and Airport Infrastructure Management
(AIM) staff (as appropriate) evaluate and enter into scope, cost and time
negotiations with the Contractor until a mutually acceptable adjustment to the
contract is achieved.
1. Once negotiations are complete, the negotiation session is documented
using a Negotiation Session Agreement Form CM-04 and signed by all
present at the session. If no agreement is made, the session still needs to be
documented and a statement stating “No Agreement” was reached. If both
sides are in agreement, the Project Manager will issue a contract Change
Order (CO) Form CM-21. The Negotiation Session Agreement Form CM-04 is
generated using PCM.
3. Change Order Directive (COD) - A Change Order Directive Form CM-21 (and Change
Orders) are the only mechanisms for revising contract terms, dollar amounts, and/or
contract duration(s). A Change Order Directive Form CM-21 is used only when time
does not permit using the standard Change Notice (CN) Form CM-20 process to be
used. The Change Order Directive (COD) Form CM-21 directs the Contractor to
immediately proceed with certain specified elements of additional work even
though negotiated cost or time adjustments have not been developed or reached. A
Change Order Directive (COD) Form CM-21 is used often for safety related situations
that call for immediate resolution to an issue.
a. Change Order Directive (COD) Form CM-21 is only prepared for work that is
directly related to the scope of work in the original Contract. The City’s
contracting process requires the initiation of a separate Contract or Task Order
for work unrelated to an existing project.
b. The amount in a Change Order Directive (COD) Form CM-21 is 90% of the City’s
cost estimate or Time & Materials (T&M) with a Not-To-Exceed (NTE) value. This
amount represents the amount the City will pay the Contractor for the work
which is subject to further negotiations. The Project Manager and the
Contractor continue the negotiations of the cost and/or schedule for the project
while the work is being performed. When a final amount is agreed to, that
amount is reconciled and included in a Change Order (CO) Form CM-21.
c. The Contractor’s refusal to perform the work as described in the Change Order
Directive (COD) Form CM-21 is a violation of the conditions, provisions and/or
covenants of the contract and could prompt the City into exercising its right to
terminate the contract. Change Order Directive (COD) Form CM-21 supersedes a
Change Notice (CN) Form CM-20.
1. A Change Order Directive (COD) Form CM-21 may be performed as “Force
Account” work. If so, certain circumstances may dictate that the Project
Manager record the events surrounding Change Order Directive (COD) Form
CM-21 related work. Careful coordination between the Project Manager and
their Supervisor and Director is essential in determining the extent of
surveillance required in conjunction with a Change Order Directive (COD)
Form CM-21.
2. Change Order (CO) and Change Order Directive (COD) Form CM-21 are
numbered consecutively by contract, logged, distributed, and tracked by the
Project Manager using Primavera Contact Management.
d. The Change Order Directive (COD) Form CM-21 shall be developed and backup
documentation assembled using the following guidelines:
1. The text of a Change Order Directive (COD) Form CM-21 fully and explicitly
describes the change to be incorporated into the work. Sufficient
explanation is provided so that a person not directly involved in the project
can understand the exact nature of the change, and the Contractor has a
detailed understanding of the work so that his pricing and schedule analyses
can proceed quickly and accurately.
2. The text refers specifically to sketches, plans and specifications used in
describing the change. Reference is made to whether the documents are
new, revised or existing. The date and revision number of the document will
always be noted. Reference to the Change Request (CR) Form CM-22 (if
applicable) shall not be made in the text of the Change Order Directive (COD)
Form CM-21. If a Change Request (CR) Form CM-22 was initiated as the
initial change document, the technical descriptive information that appears
in the Change Request (CR) Form CM-22 shall be copied and pasted into the
Change Order Directive (COD) Form CM-21. Opinions and discussions (in
particular the reasons for the change) shall not be included in the text of the
COD.
3. The Change Order Directive (COD) Form CM-21 shall be circulated utilizing
the Change Order Directive Routing Sheet Form CM-38 for Department of
Aviation signoff and shall include the following:
a. Approved Change Request (CR) Form CM-22 (if applicable) that
originated the change action
b. Cost estimates from Project Controls
1. If the Change Request (CR) Form CM-22 was generated by the
Designer of Record, then their estimate should also be included)
c. The Project Controls schedule impact analyses
1. If the Designer of Record generated the a Change Request (CR) Form
CM-22, then their schedule impacts analyses should be included
d. Sketches and specifications (construction drawings are optional)
e. Correspondence applicable to the issue(s).
f. Attachments have the Change Order Directive (COD) Form CM-21
number clearly labeled on each sheet.
Note: The City and County of Denver Building Inspection Department shall be copied on all
Change Order Directives for building contracts. This shall include all contract documents
associated with the change.
7. The Project Manager shall transmit a copy of the Change Order Directive
(COD) Form CM-21 to the Building Inspection Department by letter using the
Letter – Transmit a Change Directive to Denver Building Department Form
CM-79 for developing it.
8. As with the Change Notice (CN) Form CM-20, the Contractor has 20 calendar
days in which to respond to a Change Order Directive (COD) Form CM-21
with an itemized cost and schedule proposal unless that time is extended by
the Project Manager.
9. Upon receipt of the Contractor’s complete cost and schedule proposals, the
Project Manager, with the assistance of the Project Control’s Estimator, will
evaluate the proposal.
10. The Project Manager will set-up a negotiation session with the Contractor to
discuss the scope, their estimated costs, and any request for schedule
extension. The negotiation session is documented using a Negotiation
Session Agreement Form CM-04 generated in PCM. Once an agreement is
reached, the information is entered on this form and signed by the Project
Manager, Project Control’s Estimator, and the Contractor. Once signed, the
Project Manager will issue a Change Order (COD) Form CM-21 to reconcile
the difference between the Change Order Directive (COD) Form CM-21 and
the agreed amount.
11. If no agreement is reach, negotiations between the Project Manager and
Contractor will continue or the work can be finalized on a T&M basis.
12. All the Change Order Directive (COD) Form CM-21s for a project are recorded
and managed by the Project Manager using Primavera Contract Manager
and logged into the Change Directive (CD) Log Form CM-54.
4. Change Order (CO) - Change Order (CO) Form CM-21 (and Change Order Directive
(COD) Form CM-21) are the only mechanisms for revising contract terms, dollar
amounts, and contract duration(s).
a. Once a Contactor Change Request (CCR) Form CM-40 has been deemed to have
merit and the proposal has been evaluated and negotiated, or a Change Notice
(CN) Form CM-20 has been evaluated and negotiated, a Change Order (CO) Form
CM-21 is written by the Project Manager stating changes to the agreed to
contract amount and/or changes to the contract or time milestones.
b. Change Order (CO) Form CM-21 is developed in the project management system.
Once developed the Change Order (CO) Form CM-21 and associated backup
documentation is to be assembled into a complete Change Order (CO) Form CM-
21 package. Change Order (CO) Form CM-21s shall be logged in Change Order
(CO) Log Form CM-55.
c. The following guidelines can be used in developing the information contained in
the Change Order (CO) Form CM-21 and the Change Order (CO) Form CM-21
package.
1. For Best Management Practices, Change Order (CO) Form CM-21 should only
be prepared for work that is directly related to the scope of work in the
original Contract Documents.
2. The Change Order (CO) Form CM-21 text is divided into separate items or
cohesive units that have been successfully negotiated between the
Contractor and the City. Each item is numbered consecutively on the Change
Order (CO) Form CM-21 and shall have a concise description of the change
such that any person not directly involved in the project can understand the
exact nature of the change. The change order is not the place to discuss the
details of the change. The details are covered in the Change Notice (CN)
Form CM-20. The description in the text of the Change Order references
Change Notice (CN) Form CM-20 or Change Order Directive (COD) Form CM-
21 by their CN or COD number and their dates, but does not reference
Contactor Change Request (CCR) Form CM-40s.
3. Only descriptive information from the Contactor Change Request (CCR) Form
CM-40 is typed on the Change Order (CO) Form CM-21. Opinions and other
statements by the Contractor or the Project Manager (especially those
related to the perceived reason for the change) that have been noted on the
Contactor Change Request (CCR) Form CM-40 is not included in the text of
the Change Order (CO) Form CM-21. These statements may often not
represent the position of the city and thus shall not be directly referred to in
the Change Order (CO) Form CM-21 text.
d. Development of the Change Order (CO) Form CM-21 Package
1. The Project Manager or their designee is responsible for developing the
Change Order Package. All attachments shall have the Change Order number
clearly marked on all pages. At a minimum the package should include the
following items:
a. Complete the Change Order Routing Sheet Form CM-39 and attach it to
the front of the green folder.
b. Complete the Change Order (CO) Contents Sheet (the Table of Contents
for the Change Order package). Each section and its associated
description shall be identified. In the package they will be separated and
identified by tabs.
c. The completed Change Order (CO) Form CM-21
d. The Pay Application Recomndation for Payment Form CM-44
e. Budget and Estimate At Completion Sheet
f. Change Order Justification
g. Change Order Summary of Settlements
h. Negotiation Session Agreement Form CM-04
i. Change Order Summary Sheet
j. Others – Contractor Cost backup data, schedule impacts, CCRs, RFIs,
Drawings, Sketches, Specifications, Change Related Correspondence,
Photographs, etc..
2. Preparing a Change Order for routing
a. The package should be organized a green folder.
b. Once the package is completed, the Change Order package is routed for
signatures.
e. The Project Manager shall obtain signatures from the Contractor first and then
from the appropriate DIA personnel.
1. If the estimated cost of the change is $50,000.00 or less, the Change Order is
signed by the Project Manager, the Project Controls Manager, the Capital
Planning Senior Analyst, and their Director.
2. If the change exceeds $50,000.00, the Change Order shall also be signed by
the Senior Director.
NOTE: If a cost or time adjustment is required as a result of the work stoppage, the only
instrument for doing so is a Change Order.
E. DOCUMENT CONTROL
a. Change Directive (CD) Log Form CM-54
b. Change Directive Routing Sheet Form CM-38
c. Change Notice (CN) Form CM-20
d. Change Notice (CN) Log Form CM-53
END OF SECTION
C. RESPONSIBILITIES
1. Contractor
2. Deputy Manager
3. Director
4. Project Controls Estimator
5. Project Controls Scheduler
6. Project Manager
7. Project Manager’s Contract Administrator
8. Senior Director
9. Supervisor
D. PROCESS
1. Prior to Negotiations
a. Prior to any negotiations, the Project Manager and the Project Controls
Estimator meet to review the pending change(s), determine the appropriate
negotiating parameters and prepare for the session.
b. If the parameters of the change fall outside of the project budget, the Project
Manager will discuss the amounts with their Supervisor, Director and Finance
to ensure the Director is in agreement with the parameters established and
there are sufficient funds to cover the change should an agreement be reached.
c. If the Project Manager determines that the item(s) to be discussed have the
potential of becoming a claim, the Project Manager should meet with their
Supervisor and Director to discuss the parameters and define the bottom line
for negotiations. The discussion should also include determining a point where it
would be in the best interest of DIA to discontinue the session.
2. At DIA negotiations can be categorized into two levels, low level and high level.
a. Low Level Negotiations
1. Low level negotiations are centered around issues associated with active
executed contracts or task orders which center more on the day-to-day
management operations of a contract in which the Project Manager is
a. The Project Manager should always keep in mind the basic skills that are to be
present and necessary in every negotiation.
1. Be Prepared
2. Set Limits and goals you hope to achieve
3. Know when it is best to pause the session to reevaluate
4. Be clear in your communication both verbal and written
5. Close the Deal
E. DOCUMENT CONTROL
4. Negotiation Meeting Minutes
5. Negotiation Session Agreement Form
F. REFERENCES
6. Form link
a. General Meeting Minute Form PS-41
b. Negotiation Session Agreement Form CM- 04
7. Process link
a. N/A
8. Other
a. N/A
END OF SECTION
4. Director
5. Senior Director
D. PROCESS
1. During the life of the Project, the Project Manager is responsible for monitoring the
Contractor’s progress by means of reviewing the Contractor’s project schedule and
monthly schedule updates. Based on this review, if the Project Manager determines
there is a possibility that the Contractor may fail to meet a milestone(s) or project
deadline, he should immediately bring this to the attention of the Contractor via
written notification and require the Contractor to submit a recovery plan, otherwise
Liquidated Damages will be assessed per the terms of the Contract Documents. The
Project Manager should also bring this to the attention of their Supervisor and
Director.
2. The Project Manager shall continually keep their Supervisor and Director informed
of the ongoing situation and discuss and determine a plan of action the City should
take in the event of a missed deadline. It is very important that the Project Manager
does not wait until it is too late and the deadline for the milestone has passed
without any resolution. Depending on the situation, the Director may also include
the Senior Director in the discussion.
3. If it is determined to assess Liquidated Damages, the Project Manager will initiate a
letter informing the Contractor of the City’s position regarding their failure to meet
their contractual requirement(s) and specifying the date when Liquidated Damages
will be assessed against them in accordance with General Contract Conditions
Section 602.
4. Measures should be taken to minimize the possibility that math errors could lead to
late completion and the potential for Liquidated Damages.
5. The Project Manager shall:
a. Carefully review and evaluate the Contractor’s Construction Schedule with
emphasis on the projected completion dates versus contractual deadlines.
b. Perform an in-depth review of the Contractor’s monthly construction schedule
updates with regard to overall job progress and the status of the work as it
relates to completion deadlines.
END OF SECTION
12.27 DISPUTES
A. BACKGROUND
a. Due to the increasing demand for expedited project schedules and changes to
the scope of work, disputes may arise on any construction project. These
disputes can take up a considerable amount of time and have varied outcomes.
Unless dealt with properly, they can cause the overall project to be completed
late and/or over-budget. The Project Manager and his/her staff must be well
prepared to resolve all issues promptly. Disputes may potentially develop from
any of the following conditions:
1. Plans, specifications, and contract terms that are not clear and complete
2. Unforeseen conditions that are beyond the control of the Owner or
Contractor
3. Excessive changes in scope
4. Poor communication
b. The goal of everyone involved in a construction project should be to minimize
dispute escalation to the fullest extent possible. It is critical to resolve issues as
they occur rather than trying to resolve them later. In addition, it is imperative
that they are resolved at the lowest appropriate level, in the shortest possible
time, and in an equitable manner.
c. The Project Manager’s Staff is the first line of defense in the identification and
mitigation of potential disputes and resultant claims once a contract has been
awarded. It is the responsibility of all DIA construction staff to assist the Project
Manager in identifying and mitigating potential claim situations.
d. One principal method available to the Project Manager to avoid disputes and
claims is timely and equitable contract administration.
e. The Project Manager’s Supervisor, Director, and Senior Director will assist the
Project Manager in evaluating the merits of each dispute presented by the
Contractor. The most common situations leading to disputes and claims are
those discussed in the Contactor Change Request (CCR) Form CM-40 part of the
Construction Activity 12.24 – Change Management section of this Guideline.
D. PROCESS
a. The Contractor is required to initially present a petition for any change in the
form of a Contactor Change Request (CCR) Form CM-40. This process is fully
described by the Standard Specifications for Construction General Contract
Conditions – Title 1103. If the Contactor Change Request (CCR) Form CM-40 is
denied and the Contractor elects to pursue the matter further, he must do so in
accordance with Standard Specifications for Construction General Contract
Conditions – Title 12. Once a dispute or claim becomes evident, the Project
Manager must develop a dispute history including the following:
1. Prepare a written history of the events leading up to the dispute.
2. Assemble a list and copy all pertinent documents concerning the dispute
including but not limited to RFIs, Submittals, Inspector Daily Reports, e-mails,
and formal correspondence.
3. List all members of the Project Manager’s Staff who have knowledge of the
dispute.
b. Based on this information and the contract documents, the appropriate Director
and the Project Controls Estimator and Project Controls Scheduler will research
the dispute and prepare a report for the Deputy Manager of Aviation, Airport
Infrastructure Management Division. The Project Manager will review the
documents with their Supervisor and make comments as necessary. The
comments are forwarded to the Supervisor and Director for review.
c. Once the Supervisor’s and Director’s comments are incorporated into the
report, the dispute and the Contractor’s claim is reviewed by the Senior Director
and Deputy Manager of Aviation, Airport Infrastructure Management Division
(or his/her designee).
d. A written determination is prepared and issued by the Deputy Manager of
Aviation. The written decision shall clearly state the rationale used by the
Deputy Manager in reaching their decision.
1. If the determination is in agreement with the Contractor, the matter is
returned to the Project Manager and to the appropriate Supervisor and
Director for resolution of the cost and time involved.
E. DOCUMENT CONTROL
1. All pertinent correspondence, e-mails, or documentation
2. Contractor Change Request
3. Deputy Manager of Aviation written decision
4. Dispute history and supporting documentation
5. Manager of Aviation or Hearing Officer written decision
6. Report for the Deputy Manager of Aviation
F. REFERENCES
1. Form Links
a. Contactor Change Request (CCR) Form CM-40
2. Process Links
a. N/A
3. Other
a. Construction Activity 12.24 – Change Management
b. Standard Specifications for Construction General Contract Conditions - Title
1103
c. Standard Specifications for Construction General Contract Conditions – Title 12
d. Standard Specifications for Construction General Contract Conditions – Title 13
e. Denver Revised Municipal Code Section 5-17
END OF SECTION
12.28 CLAIMS
A. BACKGROUND
1. There are 2 types of claims.
a. A Contractor’s claim against the City - A claim, demand, or assertion by the
Contractor regarding additional money and/or a time adjustment on a project
with which DIA does not agree. Refer to Standard Specifications for
Construction General Contract Conditions – Title 12.
b. A Subcontractor claim against the Contractor - A claim for work performed or
material supplies where the Subcontractor has not been paid. Colorado Revised
Statute 38-26-107 allows for subcontractors, suppliers etc. to file a claim for
unpaid work by submitting the Verified Statement of Claim form.
2. Claims are filed by a Contractor, Subcontractor, or supplier with the Manager of
Aviation and include documentation to support the validity of the claim.
B. KEY TERMS
1. Claim
2. Dispute
C. RESPONSIBILITIES
1. Airport Legal Services
2. Business Management Services
3. Claimant
4. Contractor
5. Deputy Manager of Aviation
6. Manager of Aviation
7. Subcontractor
8. Supplier
D. PROCESS
END OF SECTION
12.29 WATER SERVICE INSTALLATION AND APPLICATION FOR DENVER WATER SUPPLY LICENSE
A. BACKGROUND
1. All new facilities that require water service are to have the waterline extension
designed by Denver Water, installed by one of their pre-qualified contractor and the
construction inspected by Denver Water (Design Activity Section 11.4 - Design
Services for Expansion or Medication of the Water Distribution System).
2. When the installation of the waterline extension/service line is complete, a water
meter is required to be installed prior to any water service flowing into the facility.
Denver Water provides the meter and is responsible for installing it. Prior to this
occurring, the Owner must complete and submit to Denver Water an Application for
Water Supply License.
B. KEY TERMS
1. Application for Water Supply License
C. RESPONSIBILITIES
1. Project Manager
2. Supervisor
3. Senior Director
4. Denver Water Inspector
5. Sales Administrator – Denver Water
6. Contractor
7. Denver Water Design Project Manager
8. Denver Water Sales Administrator
D. PROCESS
1. Installation of the waterline extension or service line installation.
a. Before the installation of any water pipe or service line, the Project Manager will
arrange a pre-work coordination meeting with the Denver Water Design Project
Manager, the Utility Contractor and the required DIA Staff.
b. The agenda for this meeting will be the scope of work, the utility Contractor’s
schedule, Denver Water’s Requirements, quality control requirements including
welding inspections, pre and final inspections, submittal process, acceptance
process and the installation of the water meter.
c. The scope of work will be based on the size of the service line, fire hydrants and
any extension to the existing waterline distribution lines (if required).
d. Only after this meeting has taken place, can the utility contractor begin installing
their waterline pipe or service line.
1. If only a service line needs to be installed, the utility contractor will
coordinate with Denver Water regarding when Denver Water can install the
coupling to the existing water distribution line. (Only Denver Water can tap
into their existing water distribution line.)
2. If an extension of the existing water line or installation of fire hydrant(s) is
required, then the Contractor installs the pipe in accordance with Denver
Water’s drawing and specifications and coordinates the inspection of the
work with them.
2. During this period, the Project Manager develops and completes the Denver Water
Application For Water Supply License package.
a. The Application for Water Supply License Package (see Sample Document)
consists of the DIA Application for Water Supply License Request Form CM-67,
Denver Water Application for Water Supply, City and County of Denver Street
Address Card, a drawing showing the layout of the water supply line and a
Denver Water Soil Amendment Agreement (if applicable).
b. The Project Manager obtains the Denver Water Application For Water Supply
and the Denver Water Soil Amendment Agreement from the Denver Water Sales
Administrator and verifies if a Soils Amendment Agreement is required.
3. The Project Manager completes the forms, compiles all of the required documents
into a package and then routes it to their Supervisor for review and to the Senior
Director for signature.
4. Once signed, the Project Manager sends the executed package to the Contractor
who submits it to the Denver Water Sales Administrator.
a. All fees associate with the meter, inspections and soils amendment agreement
(if applicable) are the Contractor’s responsibility. These fees are paid to Denver
Water at the time the application is submitted.
5. The Contractor coordinates the installation of the water meter with the Denver
Water Sales Administrator.
E. DOCUMENT CONTROL
1. Request for Application for Water Supply License CM-67
F. REFERENCES
1. Form Link
a. Request for Application for Water Supply License CM-67
2. Process Link
a. N/A
3. Other
a. Denver Water Soil Amendment Agreement
b. Denver Water Application for Water Supply License
c. City and County of Denver Street Address Card
d. Application for Water Supply License Sample Package
e. Design Activity Section 11.4 - Design Services for Expansion or Medication of the
Water Distribution System
END OF SECTION
12.30 COMMISSIONING
A. BACKGROUND
1. System commissioning is the process of achieving, verifying and documenting that
all of the Project’s system components perform and interact according to the design
intent and meet the functional and operational needs of the Project.
a. The process of commissioning involves the systematic inspection, testing,
evaluation and starting of individual components of mechanical, electrical, and
instrumentation equipment, and preliminary and final functional performance
testing for all commissioned system, including security systems and building
envelopes.
b. Commissioning is both a team effort and quality control process.
c. Commissioning may be part of the process for pursuing LEED certification.
d. As all current and future building projects will be delivered as BIM’s integration
of all projected commissioning documentation, processes and procedures will
incorporate a BIM-based workflow consistent with existing DIA BIM
requirements/standards for use with DIA’s facility/asset management.
2. There are two (2) levels of commissioning. The determination of which level of
commissioning to pursue is done at the project development stage, and is based on
the project complexity, scope and certification requirements. All activities are
focused on meeting that particular level’s requirements.
a. Level 1 Commissioning is appropriate when the complexity and interaction
between the mechanical and electrical systems is moderate or the scope of the
project is limited and does not require comprehensive services.
b. Level 2 Commissioning is an elevated level of commissioning which includes
Level 1 commissioning and additional responsibilities and documentation. Level
2 is appropriate on projects which are complicated or require a higher level of
oversight. This includes projects where the mechanical and electrical systems
or interactions between systems are complex, where significant testing of life
safety, environmental, or building envelope systems are appropriate, where
certifications are required, or where the end use requires critical operating
parameters.
3. Commissioning Activities
a. Both levels 1 and 2 include pre-commissioning and commissioning activities,
such as manufacturer’s services, certifications of readiness of testing, and
trouble shooting, checkout and shakedown activities.
b. Pre-Commissioning
1. Pre-Commissioning is the systematic demonstration through testing and
extended operation that major equipment and auxiliary systems, including
relative components, systems, and sub-systems, operate properly and
consistently with their intended function.
2. Pre-commissioning can involve balancing, adjustments, calibration, loop
check, power checks. It should also simulate shutdown conditions, failure
conditions, power fail and restart bypass, and failure restarts processes.
3. Pre-Commissioning is not considered complete until the successful results
and documentation of tests and manufacturer’s certifications required by the
Contract Documents are submitted and accepted by the Designer of Record
and are to be incorporated in the record model per DIA BIM
requirements/standards.
4. Pre-Commissioning of all portions of the Work shall be completed
successfully prior to starting Commissioning.
c. Commissioning
1. Commissioning verifies that the completed work functions on an extended
basis in full conformance with the Contract Requirements.
d. Systems to be commissioned for each project are determined by the DIA Project
Manager along with assistance from the Subject Matter Experts during the
initial phase of design.
1. Commissioning of temperature control and building automation systems is
recommended whenever they are part of a project scope.
2. See Design Activity 11.18 – Design Commissioning for more detail on the
determination of systems commissioning.
B. KEY TERMS
1. Contract Requirements
2. Functional Performance Testing
3. LEED certification
4. System Commissioning
C. RESPONSIBILITIES
1. Airport Operations
2. Commissioning Authority
3. Commissioning Team
4. Contractor
5. Designer of Record
6. DIA Asset Management
7. DIA Maintenance
8. DIA Staff
9. Project Manager
10. Subject Matter Experts
D. PROCESS
1. Commissioning Authority Responsibilities
a. Level 1 Commissioning
1. For Level 1 Commissioning, depending on the requirements stated in the
Contract Documents, the commissioning team is made up of the Project
Manager, designated DIA staff (Discipline inspectors, Subject Matter
Experts, Maintenance (technical) and DIA asset management personnel), the
Designer of Record, and the Contractor.
2. For Level 1 Commissioning, the Commissioning Authority could be a DIA
Subject Matter Expert, the Designer of Record or may be part of the
Contractor’s team, depending on the requirements of the systems involved
and/or what is stipulated in the Contract Documents.
b. Level 2 Commissioning
1. For Level 2 Commissioning, the commissioning team consists of the Project
Manager and their designated staff (discipline Inspectors, Subject Matter
Experts maintenance (technical) and DIA asset management personnel, the
Designer of Record, Commissioning Authority, and the Contractor.
2. For Level 2 Commissioning, DIA may elect to have the Designer of Record or
an independent third party as the Commissioning Authority, depending on
the contract requirements.
3. The Level 2 Commissioning Authority responsibilities include:
a. Review of the basis of design/design concept
b. Having a formal commissioning plan
c. Providing oversight of training, and
d. Preparing a commissioning report
e. Commissioning data collecting for use by DIA Asset Management per DIA
BIM requirements/standards.
4. Projects pursuing LEED certification require Level 2 Commissioning and
LEEDS certification requirements “LEED EA Prerequisite1: Fundamental
Commissioning of the Building Energy System”. LEED project compliance
will be up to the decision of the Director.
5. For Level 2 or Building Certification, the Commissioning Authority will
manage the commissioning process, and assist the Contractor in tracking
commissioning documents, reviewing project submittals, assisting in the
integration of commissioning tasks into the overall project schedule, and
coordinating the inspection and start-up testing performed by the
contractor, subcontractors, and vendors.
c. See Design Activity 11.18 – Design Commissioning for more detail on the
determination of the Commissioning Authority.
2. Testing and Startup Activities
a. The Contractor will have primary responsibility for the testing and startup
activities and preparing commissioned systems for functional performance
construction are documented, addressed, and remain visible until they are
resolved.
6. The Project Manager will provide oversight of the Construction Commissioning
Issues Log and ensure the responsible party(ies) resolve the issues in the designated
time frame.
a. The log will be discussed at the regular commissioning meetings.
7. Example of issues to be included in the Construction Commissioning Issues Log are:
a. Commissioning issues,
b. Tests and balance issues,
c. Deficiencies or Non-Conformance items noted during construction,
d. Construction verifications,
e. Functional performance testing,
f. Construction progress or lack of,
g. Document conflicts
h. Issues identified by a visiting agency, Designer of Record, DIA personnel, or any
other source or members of the construction team.
8. Functional Performance Testing
a. The Contractor is responsible for preparing commissioned systems for functional
performance testing, including the coordination of preliminary testing with other
Contractors prior to the formal test witnessed by the Project Manager, the
Commissioning Authority and Designer of Record.
b. The Contractor’s preliminary testing should follow the final functional
performance test process.
c. The Contractor shall submit to the Project Manager the completed Preliminary
Functional Test Forms for review and acceptance.
d. The Project Manager shall forward the forms to the Commissioning Authority
and Designer of Record for their review and comments.
d. Once the Operations and Maintenance Manuals are approved, the Project
Manager will forward them to DIA Asset Management. .
10. Systems Manual
a. The Commissioning Authority shall prepare a systems manual that focuses on
operating rather than maintaining the project equipment and systems. This is a
requirement for LEED certification only.
11. Training
a. The Contractor is responsible for providing training for all equipment, etc. as per
Technical Specification Section 017515.
b. The Commissioning Authority is to attend the training session and evaluate the
training, obtaining comments on the training from the trainees, evaluate their
comments and determine if the training was adequate.
c. The Commissioning Authority should identify any sessions that were deemed
insufficient and report their finding to the Project Manager.
d. The Project Manager will formally notify the Contractor of the Commissioning
Authority’s evaluation. The Contractor is responsible to take the appropriate
action to resolve this situation, including all costs associated with retraining.
12. Post Construction Commissioning Report
a. For Level 2 commissioning, the Commissioning Authority is responsible for
developing a Commissioning Report.
b. The draft Commissioning Report is submitted to the Project Manager for
distribution upon Substantial Completion.
c. The final Commissioning Report shall be submitted to the Project Manager
immediately after the Post Project Evaluation, but prior to completion of the
warranty period.
d. The contents of the Commissioning Report should be clearly defined in the
commissioning plan (Refer to Design Activity 11.18 – Design Commissioning).
The report may include the following:
1. Key members of the commissioning team and their contact information
2. Narrative of the commissioning process
e. The Building Commissioning Team shall perform near warranty end review
shortly before the expiration of the contractors’ warranty. The Building
Commissioning Team shall return to the buildings to review system operation,
interview building staff, and assist in addressing performance problems or
warranty issues.
E. DOCUMENT CONTROL
1. Commissioning Meeting agendas
2. Commissioning Plan
3. Commissioning Report
4. Functional performance test forms and submittals
5. Issues List
6. Operations and Maintenance Manuals
7. Systems manual
F. REFERENCE
1. Form Link
a. Functional Performance Test Forms
b. General Meeting Minute Form PS-41
c. Construction Commissioning Issues Log Template
2. Process Link
a. N/A
3. Other
a. Design Activity 11.18 – Design Commissioning
b. Construction Activity 12.34 - Lessons Learned and Post Project Evaluation
c. Technical Specification Section 017515
d. Design Standard Manuals DSM-01, DSM012
e. “LEED EA Prerequisite1: Fundamental Commissioning of the Building Energy
System”
END OF SECTION
B. KEY TERMS
1. Closeout
2. Early Occupancy
3. Final Acceptance
4. Final Completion
5. Retainage
6. Substantial Completion
C. RESPONSIBILITIES
1. Administrator (Business Management Services)
2. Contract Administrator
3. Contractor
4. Designer of Record
5. DIA Risk Manager
6. Manager of Records Management
7. Project Manager
8. Subcontractor
9. Suppliers
10. Warranty Program Administrator
D. PROCESS
See the following workflows:
a. Construction Contract / Task Order Closeout Workflow
b. FAA Contract Closeout Workflow
c. Substantial Completion Workflow
d. Early Occupancy Workflow
2. When a project is bid, the Project Manager should reiterate the importance of DIA’s
timely Project Closeout expectations, including the Construction Closeout Checklist
Form CM-75 within the bid documents with the appropriate Closeout items
d. While the Contractor is working on completing the punch list, the Project
Manager should also review the status of the Construction Closeout Checklist
Form CM-75 with the Contractor.
7. Early Occupancy
a. DIA has the right to take early beneficial possession of and to use any complete
or partially completed portions of the Work. In the event, DIA elects this to take
possession or to use any completed or partially completed portions of the Work
prior to Substantial Completion, this process shall be performed in accordance
with the General Contract Condition, Section 1904 Right of Early Occupancy and
Use.
8. Final Completion
a. Once the Contractor has completed the work, the construction permits have
been closed out by the City and County of Denver, work conforms to the
requirements of Standard Specifications for Construction General Contract
Conditions – Title 20, and the Construction Closeout Checklist Form CM-75 has
been completed, the Contractor shall notify the Project Manager in writing that
the Work is Complete and request a Final Inspection. Refer to the Standard
Specifications for Construction General Contract Conditions Title 20 “Final
Completion and Acceptance of the Work” and Technical Specification Division 1,
Section 01 77 20.
b. Based upon this inspection, if the Project Manager determines that the Work
has been fully completed in accordance with the contract documents, and the
requirements stated on the Certificate of Final Completion and Acceptance of
Work Form CM-37 have been met, the Project Manager will initiate the
Certificate of Final Completion and Acceptance of Work Form CM-37 and route
for signatures using Route Sheet - Certificate of Final Completion and Acceptance
of Work form CM-43.
9. Final Settlement Advertising
a. Once the Certificate of Final Completion and Acceptance of Work Form CM-37 is
fully executed, the Project Manager prepares the Memorandum Advertising for
Contract Completion Form CM-85. Prior to advertising the final settlement, the
Contractor must meet the requirements as stated in the Standard Specifications
for Construction General Contract Conditions - Section 2003.2. Once the
Project Manager has determined that the Contractor has met these
requirements, they will issue the memo to Business Management Services for
advertising the Final Settlement.
b. The Notice of Final Settlement of the contract must be advertised at least twice
in a newspaper of general circulation ten (10) days prior to issuing the final
settlement check to the Contractor.
10. Rolling Owner Controlled Insurance Program (ROCIP)
a. The Project Manager shall ensure that the Contractor completes all appropriate
paperwork to move a project from “ongoing operations” to “completed
operations” and notify the appropriate parties to the completion of the
following:
1. DIA accepts full ownership of the completed work (excludes negotiation of
final pricing terms).
2. All work has been completed (does not have to include punch list items).
3. DIA puts the work/project to its intended use.
b. The Project Manager shall contact the DIA Risk Manager to assure all ROCIP
paperwork is completed for final closeout.
11. Final Payment
a. While the Project is being advertised for Final Settlement, the Contractor
submits a draft of the Final Pay Application Package to the Project Manager for
review and approval. The Project Manager compares the Final Pay Application
Package draft against the Document Check List For Construction Final Payment
Application Form CM-31. If the Final Pay Application Package complies with this
Document Check List For Construction Final Payment Application Form CM-31
and the Project Manager determines it is acceptable, they will notify the
Contractor to submit a Final Pay Application Package to Business Management
Services.
b. Once the City and County of Denver is satisfied that no claims by Subcontractors
or Suppliers have been filed or remain pending, Business Management Services
will time stamp the Contractor’s Final Pay Application Package, review it and
inform the Project Manager that the pay application is acceptable for signatures.
The Project Manager will download the Final Pay Application Package, attach
the Route Sheet – Pay Application Form CM-29, and distribute it for signatures
and payment. Refer to Standard Specifications for Construction General
Contract Conditions – Section 2003.
12. Project Finalization
a. Once the final payment has been approved and the Contractor has received
their check, the project files are ready to be archived.
b. The Project Manager arranges for the project records to be consolidated, with
redundant and duplicated material removed. Once this is completed a
permanent record of the project activities is preserved in the project files.
c. The Project Manager arranges with the Manager of Document Control to have
the project files archived. Once the project files are archived, the only access to
the files will be through the Manager of Records Management.
E. DOCUMENT CONTROL
1. Certificate of Final Completion and Acceptance of Work Form CM-37
2. Certificate of Substantial Completion – Route Sheet Form CM-42
3. Certificate of Substantial Completion Form CM-36
4. Check List for Final Completion Form CM-80
5. Construction Closeout Checklist Form CM-75
6. Final Pay Application Package
7. Inspections
8. Memo to Business Management Services for advertising the Final Settlement
9. Memorandum Advertising for Contract Completion Form CM-85
10. Notice of Final Settlement
11. Punchlists
12. Request for Final Inspection
13. Route Sheet - Certificate of Final Completion and Acceptance of Work form CM-43
14. Warranties
F. REFERENCES
1. Form Reference
a. Route Sheet – Pay Application Form CM-29
b. Document Check List For Construction Final Payment Application Form CM-31
c. Certificate of Substantial Completion Form CM-36
d. Certificate of Final Completion and Acceptance of Work Form CM-37
e. Certificate of Substantial Completion – Route Sheet Form CM-42
f. Route Sheet - Certificate of Final Completion and Acceptance of Work form CM-
43
g. Construction Closeout Checklist Form CM-75
h. Check List for Final Completion Form CM-80
i. Memorandum Advertising for Contraction Completion Form CM-85
j. Notice of Final Settlement Sample
k. Final Pay Application Package Sample
2. Process Links
a. Construction Contract / Task Order Closeout Workflow
b. FAA Contract Closeout Workflow
c. Substantial Completion Workflow
d. Early Occupancy Workflow
3. Other
a. Technical Specifications Division 1
1. Technical Specification Division 1, Section 017720
2. Technical Specification Division 1, Section 017825
3. Technical Specification Division 1, Section 017835
4. Technical Specification Division 1, Section 077840
b. Standard Specifications for Construction General Contract Conditions
1. Standard Specifications for Construction General Contract Conditions - Title
20
END OF SECTION
12.32 WARRANTIES
A. BACKGROUND
1. The executed Certificate of Substantial Completion Form CM-36 establishes the date
when all contractor warranties for a project commence.
2. Any repair work that is identified or occurs after Substantial Completion will be
handled as a warranty repair. When a repair is identified, the Project Manager or
the DIA Inspector is to issue a Warranty Repair Request - Form CM-35 to the
Contractor for resolution.
3. Issuance of a Warranty Repair Request - Form CM-35 does not delay the closeout of
a project. Refer to Standard Specifications for Construction General Contract
Conditions - Title 18 – Warranties, Guarantees and Corrective Work
B. KEY TERMS
1. Assignment of Warranty
2. Final Completion
3. Substantial Completion
4. Warranty
C. RESPONSIBILITIES
1. Contact Administrator
2. Contractor
3. Inspector
4. Project Manager
D. PROCESS
1. Prior to Final Completion, the Contractor shall submit a signed Contractor Warranty
Form CM-10 and each Subcontractor shall submit a signed
Contractor/Subcontractor Warranty Form CM-11 through the Contractor to the
Project Manager. These forms outline the responsibilities and obligations of the
Contractor and Subcontractors to DIA through the warranty period. The
Contractor/Subcontractor Warranty Form CM-11 includes an Assignment of
Warranty clause transferring all rights to the Contractor. The Contractor Warranty
Form CM-10 transfers all rights to the airport.
2. The Project Manager shall identify and monitor the equipment warranties on the
Warranty Log Form CM-63. It is prepared early in the project lifecycle by the Project
Manager and reflects the list of required warranty documents based on the specific
project.
3. Defects or Repairs
a. All repair work performed during the Warranty Period is initiated through a
Warranty Repair Request Form CM-35 prepared by the Project Manager or DIA
Inspector and forwarding it to the Contractor for corrective action. Warranty
Repair Request Form CM-35 are tracked by the Contract Administrator and
Inspector by using the Warranty Repair Request Log CM-98. Refer to Standard
Specifications for Construction General Contract Conditions 1802.
b. Once the warranty repair is complete, the Contractor notifies the DIA Inspector
to schedule an inspection. If the work is acceptable, the DIA Inspector will note
it on the Warranty Repair Request Form CM-35 and sign and close out the form.
The Contract Administrator or Inspector updates the Warranty Repair Request
Log CM-98 to reflect the status.
E. DOCUMENT CONTROL
1. Warranty Log
2. Warranty Repair Requests
F. REFERENCES
1. Form Links
a. Certificate of Substantial Completion Form CM-36
b. Contractor Warranty Form CM-10
c. Contractor/Subcontractor Warranty Form CM-11
d. Warranty Repair Request - Form CM-35
e. Warranty Log Form CM-63
f. Warranty Repair Request Log CM-98
2. Process Links
a. N/A
3. Other
a. Standard Specifications for Construction General Contract Conditions - Title 18
END OF SECTION
D. PROCESS
1. Turnover of spare parts can occur at any point of the construction phase. In most
cases, it begins once the equipment has been installed and has been functionally
tested and accepted by the Project Manager.
2. At the beginning of the project, the Project Manager enters the appropriate data of
each required spare part in the Spare Parts and Overstock Log CM 65. Once
information is loaded onto the Spare Parts and Overstock Log CM 65, the Project
Manage meets and reviews it with the Contractor.
a. Completion of this list by the Project Manager does not relieve the Contractor of
any responsibility with regards to providing the contractual amount of spare
parts should the Project Manager fail to identify a spare part(s) on this log.
3. Contractor shall notify the Project Manager when they are ready to turnover spare
parts.
a. The Contractor shall identify the type(s) and number of parts being turned over
and their location. The Project Manager shall verify this information against the
Spare Parts and Overstock Log CM 65 to ensure the Contractor has fulfilled the
requirements as stated in the Technical Specification(s).
b. If a part is not identified on Spare Parts and Overstock Log CM 65 or in the
Technical Specifications, it is classified as overstock and is added to the Spare
Parts and Overstock Log CM 65 and handle as a spare part.
4. The Project Manager shall notify the Material Maintenance Supervisor that the
Contractor has a specific spare parts they want to turnover to DIA.
a. The Project Manager and Materials Management Supervisor agree on a time
and date when the spare parts can be picked up.
b. The Project Manager notifies the Contractor once this date and time has been
established.
5. The Project Manager or Inspector and Materials Management Supervisor inspect
and verify the number of spare parts to be received.
a. The Project Manager notifies the Contractor of any defect or discrepancy in the
number of spare parts being turned over.
6. If everything is acceptable, the Project Manager completes and signs the Spare
Parts and Overstock Log CM 65 along with the Materials Management Supervisor.
a. The Project Manager makes a copy of the Spare Parts and Overstock Log CM 65
for their project files and forwards a copy to the Asset Management Team.
b. The Materials Management Supervisor takes possession of the spare parts and
removes them form the project site.
c. The Materials Management Supervisor forwards the signed Spare Parts and
Overstock Log CM 65 to Material Maintenance where the information is loaded
into Matman.
7. Operational and Maintenance Manuals
a. Electronic copies of the Operational & Maintenance Manuals submitted by the
Contractor to the Project Manager are to be submitted, reviewed and
commented in accordance with Technical Specification 013310 Submittals.
b. Requirements for formatting and submitting the manuals shall be in accordance
with Technical Specification 017825- Operational and Maintenance Data.
c. The Project Manager shall forward an Electronic copy of the Operational &
Maintenance Manuals to Asset Management Team for review and comments.
d. The Project Manager forwards electronic copies of all approved Operational &
Maintenance Manuals to Asset Management Team.
8. Training of Operation of Equipment
a. The Contractor is required to provide on-site training on the operation of all
installed equipment. Training requirements shall be written in accordance with
Technical Specification 017515 System Start-up, Testing and Training.
b. The Contractor will notify the Project Manager when they would like to schedule
the training session.
c. The Project Manager notifies Asset Management Team and establishes the
date(s) and time(s).
d. The Project Manager notifies the Contractor of an acceptable time and date(s)
for training.
e. Once this training session(s) time has been finalized, the Project Manager will
notify the Asset Management Team who will coordinate the training with DIA
Maintenance.
E. DOCUMENT CONTROL
1. Spare Parts and Overstock Log
F. REFERENCES
1. Form Link
a. Spare Parts and Overstock Log CM 65
2. Process Link
a. Tech Spec 1300 – Submittals
b. Tech Spec 1650 – System Start-up and Testing
c. Tech Spec 1730 – Operational and Maintenance Data
END OF SECTION
provided to document control at the end of the project and become part of the
complete Post Project Evaluation package.
b. All lessons learned shall be captured in the Lessons Learned Log Form CM-61.
c. All lessons learned records for AIM projects shall be available for review by any
Project Manager.
d. The Project Manager will host a meeting with their Supervisor, Director and any
other appropriate DIA personnel to discuss the specific lessons learned during
the course of the project.
2. Post Project
a. At the end of each project, the Project Manager will prepare the Post Project
Evaluation Form CM-97 and forward it to the appropriate Supervisor and
Director. This form address and documents key items and specific questions
associated with managing the project during the project life cycle, how issues
were handled and what type of action was required to resolve them.
3. The Project Manager hosts a Post Project Evaluation Meeting with the Supervisor
and Director and the appropriate team members and other DIA personnel as
necessary. The intent of the meeting is to discuss the project, the issues that arose
during the project life cycle, its final outcome, review and comment on the Post
Project Evaluation Form CM-97, and discuss the important lessons learned. This
information is captured and documented, and filed on the Airport Infrastructure
Management SharePoint Site, under Project Controls so that it may be of assistance
to other DIA personnel on future projects. The Project Manager shall send an email
to the other Project Managers and Contract Administrators informing them that a
new Post Project Evaluation form has been posted on SharePoint.
a. This review looks at the:
1. Contract Terms & Conditions
2. Scope Creep
3. Risk Register
4. Budget
5. Schedule
6. Project Controls
7. Change Orders (if any)
8. Quality Issues – Control & Assurance
9. Communication
10. Personnel Relationships
11. Contractor’s Overall Performance & Response
4. Airport Infrastructure Management procedures (and perhaps policy) may be
modified as necessary based on the results of this review.
E. DOCUMENT CONTROL
1. Post Project Evaluation Form
2. Lessons Learned Records
F. REFERENCES
1. Form Link
a. Lessons Learned Log Form CM-61
b. Post Project Evaluation Form CM-97
2. Process Link
a. N/A
3. Other
a. N/A
END OF SECTION
12.35 AUDITS
A. BACKGROUND
1. Audits of the quality of DIA Airport Infrastructure Management (AIM) - Development
construction management process or a Contractor’s performance may be conducted
on any Project at any phase of construction or construction services performed on a
Project. An audit can be classified as either an internal audit or an external audit.
The intent underlying an internal audit is an independent, arm’s-length and focused
review of the construction management process as a whole or specific construction
management activities deserving particular attention at the Senior Supervisor or
Director level. The purpose of external auditing is to verify that a construction
Contractor’s activities are being executed as effectively as possible per the terms of
the Construction Contract Documents.
a. In order to determine the efficiency and effectiveness of the construction project
management processes as established within these Project Managers Guidelines,
DIA - AIM – Development will perform internal process compliance audits on
itself. Internal audits are tools used to assure that established procedures are
being followed during the execution of a given Project. Results of internal audits
assist an organization in identification of problem areas within its procedures.
This is also helpful in preparing Project Managers for external audits.
1. In an effort to assist the Project Manager manage his contracts, the Airport
Infrastructure Management Division’s management will periodically perform
an operational audit reviewing samples of the Project Manager’s records for
timeliness of responses, uniformity, completeness of logs, and accuracy of
work product. The Project Manager will be given feedback and suggestions
for improvement as necessary.
2. Other City and Government agencies may also audit portions of the Project
Manager’s records and the work for compliance with their specific
requirements.
2. DIA will perform periodic external operational audits on a Contractor’s Contract
Document compliance, construction management process, documentation and file
system conformance and construction QC performance during the construction
phases of a Project. External audits may also be initiated by DIA and performed by
an outside agency and are conducted to assure that established procedures and
termination of the Contract, whichever is first. These audits will involve the
financial aspects of the Project including verification of costs associated with
changes and charges made to DIA under the Contract terms.
E. DOCUMENT CONTROL
1. Audit Checklist
2. QA Management Review Checklist
3. Audit Records
F. NON-CONFORMANCE REPORT (NCR)REFERENCE
1. Form Link
a. QA Management Review Checklist
b. Non-Conformance Report (NCR) Form CM-23
2. Process Link
a. N/A
3. Other
a. General Contract Conditions 911
END OF SECTION
3. Tenant project
C. RESPONSIBILITIES
1. Contractor
2. Designer of Record
3. DIA Commercial Division Representative
4. DIA Supervisor of Special Programs
5. Inspector
6. Manager of Aviation
7. Project Manager
8. Supervisor
9. QA Manager
10. Tenant
D. PROCESS
1. Policies and Procedures
a. Policies and procedures regarding tenant design and construction activities on
Airport property are established and defined through, Denver Revised Municipal
Code Chapter 5-Airport and Aircraft, Article II-Operation of Denver Municipal
Airport System.
1. The above referenced ordinance empowers and authorizes the Manager of
Aviation to adopt rules and regulations for the management, operation and
control of Denver Municipal Airport System, and for the use and occupancy,
management, control, operation, care, repair and maintenance of all
structure and facilities at DIA, and for all land on which Denver Municipal
Airport System is located and operated.
b. Rules and Regulations regarding tenant design and construction activities on
Airport property are defined in DIA Rules and Regulations, Part 40-Conduct of
Tenants Using the Airport and apply to all tenants.
1. The DIA Rules and Regulations, Part 40-Conduct of Tenants Using the Airport
require all Tenants to obtain written permission from the Airport prior to
b. The Tenant shall submit the proposed scope of work and a breakdown of costs
to the Project Manager.
c. The Project Manager shall review the Tenant's request and determine if what
the Tenant wants to do is feasible, and will comply with all standards and codes.
d. The Project Manager will forward the breakout to the Division of Small Business
to assign goals as prescribed in Contract Procurement Section 9.1 - Minority /
Women Business Enterprise (M/WBE) Goal Requirement of this guideline.
e. The Project Manager notifies the Tenant that the scope of work has been
reviewed and the M/WBE goals have been set.
1. If there are concerns about the project’s feasibility or compliance with the
standards and codes, the Project Manager will arrange a meeting with the
Tenant to discuss the concerns.
5. Project Design
a. The Tenant shall secure the necessary services of a qualified
architectural/engineering design team.
1. The Project Manager will assist the design team as needed to tour relevant
site facilities for information gathering.
b. The Tenant's Designer of Record is responsible for reviewing all DIA standards
and procedures to familiarize themselves with those that apply to this Tenant
project.
1. The Project Manager will review the project throughout the design phases to
ensure that the Tenant’s Designer of Record has adhered to all DIA
standards and procedures.
2. The Project Manager will review the final design documents to confirm the
documents meet all the required DIA standards and procedures and are
ready to solicit bids from a construction Contractor.
3. The Project Manager will ensure that the final design documents do not
include any material that may be considered Sensitive Security Information
(SSI) and if necessary coordinate a meeting with Airport Security to discuss
the final design documents and ensure SSI is not released.
6. Construction Contractor Selection/Bid Phase
d. The Project Manager shall have unobstructed access to the project throughout
construction.
1. The Project Manager may take photos during construction at his/her
discretion.
2. Where substitutions are requested the Project Manager shall have the
authority to approve or disapprove of any substitution(s) using a Request for
Substitution Form CM-09.
3. The Project Manager will attend project meetings to discuss project progress
with the Contractor and may assist the Contractor with technical and
procedural information.
4. The Project Manager will act as liaison between the Tenant’s Contractor and
outside agencies such as Denver Water, Excel Energy, Wastewater, etc.
a. The Project Manager will inform other agencies as to the operations of
the contractor for environmental issues, safety issues, fire hazards, etc.
b. The Contractor may work directly with the outside agencies at the
Project Manager’s discretion.
5. Further duties and responsibilities of the Project Manager are outlined in the
documents referenced in Policies and Procedures above.
e. DIA’s QA Manager shall assign Inspector(s) to the project as deemed necessary.
1. The Inspector(s) shall report directly to DIA’s QA Manager.
2. If there is a Non-Conformance issue, the QA Manager will assist the
Inspector(s) in developing a course of action, (Deficiency, NCR). Copies of
any deficiencies or NCRs issued are to be forwarded to the Project Manager.
9. Closeout
a. The Tenant's Designer of Record is responsible for providing DIA with accurate,
up to date Record drawing at the close of the project.
E. DOCUMENT CONTROL
1. Lease Agreement
2. Proposed scope of work
3. Breakdown of costs
4. M/WBE goals for the project
5. Final design documents
6. Notice to proceed
7. Contractor submittal requirements
8. As-built drawings
F. REFERENCES
1. Form link
a. FAA Form 7460-1
b. Design and Construction Checklist
c. Notice to Proceed
d. Request for Substitution Form CM-09
2. Process link
a. N/A
3. Other
a. Denver Revised Municipal Code Chapter 5-Airport and Aircraft, Article II-
Operation of Denver Municipal Airport System
b. Technical Specifications
c. Design Standards Manuals (DSMs)
d. DIA Rules and Regulations, Part 40-Conduct of Tenants Using the Airport
e. Contract Procurement Section 9.1 - Minority / Women Business Enterprise
(M/WBE) Goal Requirement
f. Tenant Development Guidelines Manuals 1 & 2
END OF SECTION
END
AIM LEADERSHIP
START
NO
APP. TO
PROCEED? (AIM
PROCEED W/ YES FAST TRACK? YES YES
& INITIATOR)
BUS. CASE?
PROJECT DEVELOPMENT
AIM PROJECT
TEAM / PM TEAM
NEED IDENTIFIED
PROJECT REQUEST DIVISIONAL
(CAN BE IDENTIFIED
FORM (PRF) FINANCIAL ANALYST
BY STAKEHOLDER,
INITIATED COMPLETES
CUSTOMER, ETC.)
BUSINESS CASE
PROJECT REQUEST
BUSINESS CASE
FORM (PRF)
TOOLBOX
INITIATED
NO GO
TASK ORDER JUSTIFICATION PROCESS TIME = 17-30 DAYS
PM VERIFIES WITH
FINANCE
FINANCE THAT
SUFFICIENT
THERE IS FUNDING
FUNDING?
FOR THE TASK
ORDER
1 DAY
PS-22 PROF. SRVCS YES
TASK ORDER PS-02- REQUEST FOR
NO PROPOSAL FORM;
JUSTIFICATION (TOJ)
FORM CM-46 CM-47 – TASK
CONSTRUCTION NOTICE FOR
PM COMPLETES THE PROPOSAL FORM
TASK ORDER
TOP SECTION OF
JUSTIFICATION END
THE TOJ AND SIGNS
THE FORM
1 DAY
PROJECT MANAGER
ORDER PROCESS
ESTIMATE & SCHED. PM VERIFIES MTG W/ SUP. & DIR. PM PREPARES TASK
GO TO TASK
PM BEGINS WORK
DEVELOPED; CAPACITY OF EACH RE: ON-CALL NOTICE FOR
ON DEVELOPING PM ROUTES TOJ FOR
REVIEWED WITH ON-CALL CONTRACT CAPACITY, DSBO PROPOSAL /
THE TASK ORDER SIGNATURES
PROJ. CONTROLS & W/ CONTRACT GOALS, & PROC. REQUEST FOR
JUSTIFICATION (TOJ)
SUPERVISOR ADMINISTRATOR PROCESS PROPOSAL
PM MEETS WITH
DSBO TO REVIEW ESTIMATED
THE SCOPE AND COST OF TO >
DISCUSS GOALS FOR $50M
THE TASK ORDER
1 DAY YES
MANAGEMENT STAFF
AIM DEVELOPMENT
START
2 DAYS
FAA PERMIT 7460 PROCESS TIME = 107-137 (WITHOUT RESUBMITTAL) DAYS
START END
PROJECT MANAGER
NO
PLANNING REVIEWS
FAA COMMENTS &
YES DETERMINES
CHANGES TO
OBTAIN APPROVAL
PLANNING
1 DAYS 1 DAYS
YES YES
FAA
90-120 DAYS
ENVIRONMENTAL PLANNING – PAGE 1 OF 2 PROCESS TIME = 90 DAYS TO 3 YEARS
START END #1
PROJECT MANAGER
SUSTAINABILITY
REVIEW
CONDUCTED
PRE-CONSTRUCTION
OBTAIN APPLICABLE
PROJECT INITIATION PERMIT CONSTRUCTION
PERMITS &
BY DESIGN PM REQUIREMENTS IN BEGINS
APPROVALS
PLACE
ENVIRONMENTAL
PROJECT REVIEW
FORM NO YES
NEPA (ALP
CHANGE OR FAA YES
FUNDS)?
FAA
ENVIRONMENTAL PLANNING – PAGE 2 OF 2 PROCESS TIME = 90 DAYS TO 3 YEARS
END #2
PROJECT MANAGER
PRE-CONSTRUCTION
OBTAIN APPLICABLE
PERMIT
PERMITS AND
REQUIREMENTS IN
APPROVALS
PLACE
NO
ENVIRONMENTAL SERVICES
NO
PREPARE NEPA
SIGNED FAA
DOCUMENTS CONSTRUCTION
DOCUMENTS AND
BEGINS
PERMITS RECEIVED
CATEGORICAL
EXCLUSION
(AVERAGE OF 90
DAYS)
ENVIRONMENTAL
FAA
ASSESSMENT – EA
FAA REVIEWS FAA APPROVAL
(AVERAGE OF 4-12
MONTHS)
ENVIRONMENTAL
IMPACT STATEMENT
– EIS (AVERAGE OF 3
YEARS)
TASK ORDER – PROFESSIONAL SERVICES – SINGLE SOURCE PROCESS TIME = 33-39 DAYS
EXHIBIT F TASK
START ORDER FEE END
PROPOSAL
CONSULTANT
CONSULTANT CONSULTANT
RECEIVES PS-02 AND SUBMITS EXHIBIT F CONSULTANT
DEVELOPS TASK ORDER FEE RECEIVES AND
PROPOSAL PROPOSAL BEGINS TASK ORDER
10 DAYS
2 DAYS
PROJECT MANAGER
NO
2 DAYS
2 DAYS
OTHER REVIEWER(S)
5 DAYS
TASK ORDER – PROFESSIONAL SERVICES – COMPETITIVE BID PROCESS TIME = 34 DAYS
START END
CONSULTANT
CONSULTANT CONSULTANTS
RECEIVES PS-02 AND SUBMIT TASK CONSULTANT
DEVELOPS ORDER FEE RECEIVES AND
PROPOSAL PROPOSAL BEGINS TASK ORDER
10 DAYS
CALL SERVICES
PROPOSAL WITH ORDER CONSULTANT &
REQUEST FOR
PROJECT CONTROLS AUTHORIZATION ENCUMBERS FULL
PROPOSAL PS-02
FORM PS-03A TASK AMOUNT
PM VERIFIES
FUNDING
AVAILABLE WITH YES
FINANCE
2 DAYS
REVIEWER(S)
DSBO REVIEWS
ACCREDITATION OF FINANCE, BMS, AND TASK ORDER
APPROVED? NO
CONSULTANTS AND DIRECTOR REVIEW CANCELLED
SUBCONSULTANT
4 DAYS 5 DAYS
TASK ORDER – CONSTRUCTION – SINGLE SOURCE PROCESS TIME = 33-39 DAYS
STANDARD ON-CALL
CONSULTANT
CONTRACTOR CONTRACTOR
CONTRACTOR
RECEIVES CM-47 SUBMITS A
RECEIVES AND
AND DEVELOPS STANDARD ON-CALL
BEGINS TASK ORDER
PROPOSAL COST PROPOSAL
10 DAYS
2 DAYS
NO
PM ISSUES TASK
PROJECT MANAGER
1 DAYS 1 DAY
5 DAYS 5 DAYS 2-8 DAYS
5 DAYS
TASK ORDER – CONSTRUCTION – COMPETITIVE BID PROCESS TIME = 29 DAYS
ORDER FEE
PROPOSAL
CONTRACTORS CONTRACTORS
RECEIVE CM-47 AND SUBMIT EXHIBIT F CONTRACTOR
DEVELOP TASK ORDER FEE RECEIVES AND
PROPOSALS PROPOSAL BEGINS TASK ORDER
10 DAYS
PM ISSUES TASK
PM PREPARES TASK PM PREPARES AND
PM REVIEWS ORDER FORM CM-
PROJECT MANAGER
PM VERIFIES
FUNDING
AVAILABLE WITH
FINANCE YES
2 DAYS
REVIEWER(S)
DSBO REVIEWS
ACCREDITATION OF FINANCE, BMS, AND TASK ORDER
APPROVED? NO
CONTRACTORS AND DIRECTOR REVIEW CANCELLED
SUBCONTRACTORS
4 DAYS 5 DAYS
CONSTR. ( FIXED PRICE / UNIT PRICE) - 1 PROCESS TIME = 222-224 CAL. DAYS
START GOAL COMMITTEE
PROJECT
INFORMATION
PROJECT MANAGER
FORM COMP-FRM-
001
REVIEWS PROJECT
PROJECT
COMP-FRM-001, BMS
ADVERTISED ON
ADDS EXEC. ADMINISTRATOR BMS ISSUES BID
BUSINESS
SUMMARY, & ADD DEVELOPS BID PACKAGE
OPPORTUNITY
TO MOA MTG PACKAGE
WEBPAGE
AGENDA
BMS
PROJECT ADDED IN
ALFRESCO
1 DAY
YES
DIRECTOR,
NO STAKEHOLDERS,
BMS, AND OTHER ALS FINALIZES
REVIEW CONTRACT
MOA
DOCUMENTS
APPROVAL?
OTHER
10 DAYS
5 DAYS
ATTORNEY
RISK MANAGEMENT
ASSIGNED TO
ASSIGNS INSURANCE
DEVELOP CONTRACT
REQUIREMENT
DOCUMENTS
5 DAYS 10 DAYS
CONSTR. BID PROCESS ( FIXED PRICE / UNIT PRICE) - 2 PROCESS TIME = 222-224 CAL. DAYS
PROJECT MANAGER
YES
NO
7-10 DAYS 5 DAYS 10 DAYS
20 DAYS
PROJECT
ADVERTISED ON DIA PREPARE NOTICE TO CONTACT E-MAILED
CONDUCT PRE-BID ADDENDUM BMS REVIEWS BIDS
BUSINESS OPP APPARENT LOWEST FOR 2ND PARTY
MEETING POSTED FOR COMPLETENESS
BMS
AWARD NEXT
LOWEST
RESPONSIVE BIDDER
YES
NO
3 DAYS 7 DAYS
NOTICE TO
APPARENT LOW
BIDDER
CONST. BID PROCESS ( FIXED PRICE / UNIT PRICE) - 3 PROCESS TIME = 222-224 CAL. DAYS
END
PM PREPARES
PROJECT MANAGER
3 DAYS PM ENCUMBERS
CONTRACT PACKG ENTIRE CONTRACT
COMPLETE AMOUNT &
NO (POWERPOINT, REQ. DIRECTOR VERIFIES
FOR ORDINANCE IF
REQ’D)
5 DAYS 1 DAY
NO
BMS FORWARDS
FINAL SIGNED
BMS
CONTRACT TO PM &
RECEIVE 2ND PARTY
2ND PARTY
SIGNED CONTRACT
1 DAY 1 DAY
4 DAYS
ADDITIONAL SERVICE AUTHORIZATION (ASA) PROCESS TIME = 42 DAYS
START END
CONSULTANT
CONSULTANT CONSULTANT
DEVELOPS RECEIVES AND
PROPOSAL BEGINS ASA
10 DAYS
2 DAYS
PROJECT MANAGER
NO
PM RECEIVES
PM CREATES RFP &
PROPOSAL AND PM PREPARES ASA
SUBMITS TO THE CONDUCT SUCCESSFUL PM ISSUES ASA TO
REVIEWS COST YES AND ROUTES FOR
DIRECTOR FOR NEGOTIATION NEGOTIATION? CONSULTANT
PROPOSAL WITH APPROVAL
APPROVAL
PROJECT CONTROLS
BMS, DIRECTOR,
DIRECTOR REVIEWS AND DSBO (IF
APPROVED?
RFP REQUIRED) REVIEW
FOR APPROVAL
2 DAYS 5 DAYS NO
ASA CANCELLED
PROF. SERVICES AMENDMENT – PAGE 1 OF 2 PROCESS TIME = 89 DAYS
START
AIRPORT LEGAL
SUPERVISOR
DSBO REVIEWS AND SERVICES AND PM
PM MEETS WITH OBTAINS APPROVAL
COMMENTS ON COORDINATE TO
SUPERVISOR FROM DIRECTOR OR
OTHER
CPM-FRM-001 FINALIZE
SENIOR DIRECTOR
AMENDMENT
PM PREPARES THE
PROJECT MANAGER
DSBO AMENDMENT,
IF REQUIRED
PM MEETS WITH PM ROUTES CMP- PM PREPARES FINAL
PM DETERMINES A
FINANCE TO SECURE FRM-001 TO BMS CONTRACT
CONTRACT PM REVIEWS AND
ADDITIONAL 2 DAYS FOR INITIAL APPROVAL
AMENDMENT IS SENDS TO BMS
FUNDING & BUDGET CONTRACT SIGNING EXECUTIVE
REQUIRED
SOURCE NUMBER MEETING SUMMARY
5 DAYS
INITIAL CONTRACT
EXECUTIVE
BUSINESS MANAGEMENT
SUMMARY FORM
SERVICES (BMS)
BMS DOWNLOADS
BUSINESS BMS INPUTS INTO PM REVIEWS AND
AND FORWARDS TO
MANAGEMENT ALFRESCO AND SENDS TO BMS TO
SECOND PARTY FOR
SERVICES ROUTES ASSIGNS AN UPLOAD INTO
REVIEW AND
FOR SIGNATURES ATTORNEY ALFRESCO
SIGNATURE
AMENDMENT IS AMENDMENT IS
FINANCE REVIEWS, PLACED ON THE ROUTED
APPROVES, AND MANAGER’S DOWNTOWN FOR
OTHER
PM PREPARES
ORDINANCE
REQUEST FORM
AND POWERPOINT
FOR CITY COUNCIL
PROJECT MANAGER
YES
5 DAYS
CITY COUNCIL
APPROVAL?
> $500000
PM FORWARDS
PM ENCUMBERS
FINAL CONTRACT
PM SIGNS/OBTAINS ENTIRE CONTRACT
NO APPROVAL
FINAL SIGNATURE AMOUNT &
EXECUTIVE
DIRECTOR VERIFIES
SUMMARY TO BMS
NO
CONSULTANT / DIA /
PS-13 DESIGN
OUTSIDE AGENCY
CHANGE INITIATOR REVIEWS AGREES WITH
INITIATES A DESIGN YES DCR VOIDED
REQUEST FORM LETTER POSITION
CHANGE REQUEST
(DCR)
1 DAY
PM ISSUES A LETTER
PS-13 – DCR TO THE INITIATOR
LOG NO EXPLAINING WHY NO
THE DCR WILL NOT
PROCEED
1 DAY
PM REVIEWS DCR, DIRECTOR REVIEWS PM WORKS WITH
LOGS THE DCR AND THE DCR WITH SMEs & PROJECT PM REVIEWS
IN-HOUSE
ROUTES TO THE INPUT FROM THE MERIT? YES YES CONTROLS TO CHANGES WITH THE DCR APPROVED YES PROCEED WITH DCR
DESIGN?
DIRECTOR FOR PM AND EVALUATES MODIFY SCOPE, DIRECTOR
APPROVAL MERIT BUDGET, & SCHED.
PROJECT MANAGER / DIRECTOR
AMENDMENT
PROCESS
SMEs & PROJECT BUSINESS MGMT
GO TO
LUMP SUM, NTE
YES CONTROLS TO SERVICES TO
CONTRACT?
MODIFY SCOPE, CREATE
BUDGET, & SCHED. AMENDMENT
NO 10 DAYS
PROPOSAL
PM ISSUES WORKS
PROF. SERVICES CONSULTANT REVIEWED,
YES ASA PROVISION NO WITH BMS TO ISSUE
CONTRACT? PREPARES Proposal NEGOTIATED, AND
RFP (PS-05)
PROCEED
YES
GO TO ASA
PROCESS
NO
PM PROCEEDS WITH
ASA
FOR DISCLOSURE
DISCLOSURE COMPLIANCE FORM
AGREEMENT
MUST BE
CONSULTANT &
SIGNED PRIOR
SUBCONSULTANTS CONSULTANT TO
TO RECEIVING DURING CLOSEOUT
SIGN PS-17 WITH PREPARE LIST OF
ANY SSI CONSULTANT
PM AS WITNESS ALL SSI DOCUMENTS
INFORMATION COMPLETES PS-20
IN THEIR POSESSION
PS-19, PS-20
RECOVERED DOCS
CONSULTANT
AND PM TO BE
DIRECTOR
FAMILIAR
PM CREATES WITH CFR 49
PM SENDS SSI PART 1520
CONTROL LIST OF
FORMS TO
SSI RELEASED AND
CONSULTANT
RECOVERED DOCS
OPERATIONS – AIRPORT
WITH AIRPORT
SECURITY TO
DETERMINE SSI
SCOPE – AT 60%
DESIGN
DESIGN PACKAGE REVIEW PROCESS TIME = 17 DAYS
START END
CONSULTANT
CONSULTANT
NEXT DESIGN
CONSULTANT INCORPORATES AND COMMENT
SUBMITTAL
SUBMITS A DESIGN ADDRESSES RES. MTG. NO
ADDRESSES ALL
PACKAGE COMMENTS IN THE REQUIRED?
COMMENTS
NEXT DESIGN PHASE
NO
YES
PROJECT MANAGER
COMMENT
RESOLUTION MEETINGS
ASSURE THAT THE DOR
IS INCORPORATING
POTENTIAL REVIEWERS: COMMENTS PRIOR TO
ARCHITECTURAL THE NEXT SUBMITTAL
CIVIL
CONSTRUCTABILITY
REVIEWER(S)
ELECTRICAL
ENVIRONMENTAL
LIFE SAFETY
MAINTENANCE REVIEWER
MECHANICAL CONDUCTS REVIEW
PROJECT CONTROLS
OPERATIONS
QUALITY ASSURANCE
PEER REVIEW 10 DAYS
STAKEHOLDERS
PROFESSIONAL SERVICES PAYMENT PROCESSING PROCESS TIME = 14 CAL. DAYS (DIA REVIEW)
START ATTACHMENT A (TO END
EXHIBIT B) -
MONTHLY PROGRESS
INVOICE CHECKLIST
CONSULTANT
CONSULTANT
PREPARES
MONTHLY INVOICE PRIME CONSULTANT
AND SUBMITS T0 IS PAID
PM & BMS
5 DAYS 1 DAY
OTHER INVOLVED PARTIES
BMS AND PM
COORDINATE
COMMENTS
1 DAY 6 DAYS
SUBMITTALS PROCESS TIME = 15 (14 WITH DIA) DAYS
START
CONTRACTOR
1 DAY
NO
PM CONDUCTS
YES
REVIEW AND
PROJECT MANAGER
ASSIGNS STATUS
INTERNAL
PM CONDUCTS REVIEW
12 DAYS
INITIAL REVIEW FOR
SUBMITTAL
COMPLETENESS YES REVIEW? APP, AAC, FIO
COMPLETE?
AND REVIEW
ASSIGNMENTS PM REVIEWS
COMMENTS AND
2 DAYS ASSIGNS STATUS
NO
2 DAYS
EXTERNAL
REVIEW
REVIEWER
REVIEWER
CONDUCTS REVIEW
10 DAYS
FIELD QUALITY ASSURANCE / QUALITY CONTROL PROCESS
START
CONTRACTOR
QUALITY CONTRACTOR
CONTROL INITIATED
NO
GO TO DEFICIENCY
PROCESS
DIA PROJECT STAFF
YES
YES
QUALITY CORRECT AS
ASSURANCE DIA INITIATED YES
DEFICIENCY
GO TO NCR
PROCESS
NO
DEFICIENCY PROCESS TIME = 2-17 DAYS
CONTRACTOR
CONTRACTOR
DEFICIENCY YES
DIA OR REPORTED IN
CONTRACTOR DEFICIENCY LOG
IDENTIFIES A (CM-03)
DEFICIENCY
NO
PROJECT MANAGER
DIA LOGS
DIA STAFF
DEFICIENCY IN DAILY DIA EVALUATES SOLUTION DEFICIENCY DIA CLOSES
YES MONITORS YES
REPORT AND RESOLUTION ACCEPTABLE? RESOLVED? DEFICIENCY
RESOLUTION
DEFICIENCY LOG
GO TO NCR
PROCESS
NO
DESIGNER OF RECORD (DOR)
DESIGNER OF
RECORD (DOR)
SHOULD BE ABLE TO
VIEW ALL
DEFICIENCY LOGS
NON-CONFORMANCE REPORT PROCESS TIME = 24 DAYS
NO
CONTRACTOR
CONTRACTOR
CONTRACTOR LOGS CONTRACTOR
SUBMITS PROPOSAL
NCR IN DAILY IMPLEMENTS
FOR CORRECTIVE
REPORT CORRECTIVE ACTION
ACTION
NO
5 DAYS 2-10 DAYS
DIA/CONTRACTOR/
SPECIAL INSPECTOR/ YES END
FAA IDENTIFIES
NON-
CONFORMANCE
DIA ISSUES NCR DIA LOGS NCR IN DIA APPROVES
FORM NCR LOG CORRECTIVE
DIA EVALUATES SOLUTION ACCEPTANCE OF
PROJECT MANAGER
DIA WITHHOLDS
A DEFICIENCY ITEM
PAYMENT FOR DIA RELEASES
HAS NOT BEEN
FUTURE PAY APP WITHHELD
RESOLVED IN THE
UNTIL NCR IS PAYMENT
ALLOCATED TIME
CLOSED
DESIGNER OF RECORD
DESIGNER OF
DESIGNER OF
RECORD IS
RECORD EVALUATES
INFORMED WORK
RECOMMENDATION
COMPLETED AND
AS NECESSARY
ACCEPTED
1-5 DAYS
SENSITIVE SECURITY INFORMATION (SSI)- CONSTRUCTION PROCESS TIME = PROJECT DURATION
START END
PS-17 –
CONFIDENTIALITY PS-20 – RETURN OR
PS-19 – REQUEST
SUBCONTRACTORS
FOR DISCLOSURE
DISCLOSURE COMPLIANCE FORM
AGREEMENT
MUST BE
CONTRACTOR
SIGNED PRIOR CONTRACTOR TO
&SUBCONTRACTORS DURING CLOSEOUT
TO RECEIVING PREPARE LIST OF
SIGN PS-17 WITH CONTRACTOR
ANY SSI ALL SSI DOCUMENTS
PM AS WITNESS COMPLETES PS-20
INFORMATION IN THEIR POSESSION
PS-19, PS-20
RECOVERED DOCS
DIRECTOR
CONTRACTOR
PM SENDS SSI PM CREATES
AND PM TO BE
FORMS TO CONTROL LIST OF
FAMILIAR
CONTRACTOR AFTER SSI RELEASED AND
WITH CFR 49
CONTRACT AWARD RECOVERED DOCS
PART 1520
OPERATIONS – AIRPORT
SECURITY & TSA
PM MEETS WITH
AIRPORT SECURITY
TO REVIEW SSI
SCOPE
CONSTRUCTION PAYMENT PROCESSING PROCESS TIME = 14 CAL. DAYS (DIA OFFICIAL REVIEW)
START
CM-30 – SUBMITTAL FORM END
CM-18 PAY APP FORM CM-18 PAY APP FORM
CM-89 OR CM 91 CM-89 OR CM 91
SCHEDULE OF VALUES SCHEDULE OF VALUES
CONTRACTOR
2 DAYS NO
NO
YES
PM TO VERIFY
ADEQUATE
BUDGET PM CERTIFIES THE
BMS AND PM PAY APP AND
COORDINATE BUDGET MEMO
COMMENTS AND RETURNS TO
BMS
REVIEWER(S)
1 DAY 1 DAY
START
CONTRACTOR
1 DAY
PROVIDES RFI
PM REVIEW RESPONSE
4 DAYS
PM RECEIVES, LOGS,
REVIEW?
AND REVIEWS RFI
PM REVIEWS AND
FINALIZES RFI
1 DAY RESPONSE
1 DAY
EXTERNAL OR INTERNAL
SME REVIEW
REVIEWER
REVIEWER
CONDUCTS REVIEW
3 DAYS
SHUTDOWN REQUEST PROCESS TIME = 5 DAYS
START END
CONTRACTOR
CONTRACTOR CONTRACTOR
SUBMITS NO APPROVED TO
SHUTDOWN PERFORM
REQUEST 5 DAYS CONSTRUCTION
PRIOR TO ACTIVITY ACTIVITY
NO
SHUTDOWN
REQUEST FORM –
LINK IN SHAREPOINT
PROJECT MANAGER
1 DAY 1 DAY
YES
PM TO ENTER
INTO SYSTEM YES
AND APPROVE
OR REJECT
REVIEWER(S)
REVIEWERS RECEIVE
PM SENDS TO COPY OF FINAL
REVIEWER (S) SHUTDOWN
REQUEST PACKAGE
3 DAYS
CONSTRUCTION CHANGES OVERVIEW
GO TO CLAIM
PROCESS
START
NO
CONTRACTOR
CHANGE REQUEST
(CCR) PROCESS
CONTRACTOR
GO TO
CONTRACTOR SUCCESSFUL
YES
INITIATED NEGOTIATION?
GO TO CHANGE
ORDER (CO)
PROCESS
YES
NO
ORDER DIRECTIVE
GO TO CHANGE
(COD) PROCESS
GO TO CLAIM
PM PROCEEDS TO
PROCESS
CHANGE ORDER SUCCESSFUL
PROJECT MANAGER
YES NO
DIRECTIVE (COD) NEGOTIATION?
PROCESS
PROJECT IMMEDIATE
NO MANAGER YES START
INITIATED REQUIRED YES
GO TO CHANGE
GO TO CHANGE
NOTICE (CN)
ORDER (CO)
PROCESS
PROCESS
PM PROCEEDS TO
NO CHANGE NOTICE
(CN) PROCESS
NO
DIA / OUTSIDE AGENCY
GO TO CHANGE
REQUEST (CR)
PROCESS
DIA/OUTSIDE
AGENCY YES
INITIATED
FINALIZATION
PROCESS
CONTRACTOR CHANGE REQUEST (CCR) PROCESS TIME = 27-33 DAYS
CM-40 CCR – SUBMITTED
START WTHIN 5 BUSINESS DAYS OF NO END
KNOWLEDGE; COST AND
TIME IMPACTS DUE 10 DAYS
AFTER CCR SUBMITTED
CONTRACTOR
GO TO CLAIM
PROCESS
CONTRACTOR CONTRACTOR
CONTRACTOR INTENT TO
SUBMITS RECEIFVES NO YES
INITIATES CCR CLAIM?
PROPOSAL PACKAGE MERIT LETTER
1 DAY 10 DAYS NO
CM-04NEGOTIATION
CM-51 – CCR LOG SESSION SUCCESSFUL
AGREEMENT NEGOTIATION?
PM ISSUES “NO
PM RECEIVES CCR TO THE CONTRATOR DIRECTOR SET
MERIT” LETTER TO
AND LOGS IN CM-51 ADVISING THAT THE NEGOTIATION
CONTRACTOR AND
(CCR LOG) CCR WAS NOT PARAMETERS &
CLOSES THE CCR YES
RECEIVED IN 5 DAY NEGOTIATE
NO
2 DAYS 2 DAYS 4-10 DAYS
NO NO
NO
ORDER (CO)
PM RECEIVES PM ISSUES "MERIT
PROCESS
CHANGE
CCR INITIAL PROPOSAL
GO TO
PROPOSAL AND OR PARTIAL MERIT
RECEIVED IN YES EVALUATION OF YES RECEIVED IN YES MERIT? YES
DISTRIBUTES FOR LETTER TO
5 DAYS ? MERIT 10 DAYS ?
REVIEW CONTRACTOR
10 DAYS 2 DAYS
REVIEWER(S)
10 DAYS
CHANGE REQUEST (CR) PROCESS TIME = 7 DAYS
START END
NO
INITIATOR
CM-22 –
DIA / OUTSIDE DIA / OUTSIDE
CHANGE AGREES WITH YES
AGENCY INITIATES A AGENCY REVIEWS
REQUEST POSITION
CHANGE REQUEST LETTER
1 DAY
PM ISSUES A LETTER
CM-52 – TO THE REVIEWER
ORDER DIRECTIVE
GO TO CHANGE
(COD) PROCESS
CHANGE NO EXPLAINING WHY
PROJECT MANAGER
GO TO CHANGE
NOTICE (CN)
PROCESS
IMMEDIATE
5 DAYS YES START NO
REQUIRED?
1 DAY
DESIGNER, PROJECT
CONTROLS, AND/OR
OTHER REVIEW OF
PROPOSAL
REVIEWER
PM AND
REVIEWER
5 DAYS REVIEWS ARE
SIMULTANEOUS
PROJECT CONTROLS
PERFORMS
ESTIMATE AND
SCHEDULE IMPACT
5 DAYS
CHANGE NOTICE (CN) PROCESS TIME = 39-45 DAYS
START END
CONTRACTOR
CONTRACTOR
RECEIVED CN AND
PREPARES DETAILED
ESTIMATE OF COST
AND TIME IMPACTS
20 DAYS
2 DAYS
NO
PM PREPARES
ORDER (CO)
PM
PROCESS
CHANGE
CHANGE REQUEST CHANGE NOTICE PM & DIRECTOR SET
GO TO
REQUIRES PM CONDUCTS CONDUCT SUCCESSFUL
(CR) HAS BEEN (CN), LOGS IN CM- NO NEGOTIATION YES
EXTERNAL REVIEW NEGOTIATION NEGOTIATION?
APPROVED 53, AND ISSUES TO PARAMETERS
REVIEW?
CONTRACTOR
10 DAYS
CHANGE ORDER (CO) / TASK CHANGE ORDER (TCO) PROCESS TIME = 17 DAYS
START END
CONTRACTOR
GO TO CLAIM
CONTRACTOR
PROCESS
CONTRACTOR SIGNS
INITIATES A CLAIM &
CO AND RETURNS
WORK CONTINUES
TO PM
ON T&M BASIS
2 DAYS
YES
CM-49 (CO CONTENT SHEET),
CM-50 (CO SETTLEMENT
SUMMARY),
BUDGET AND EAC, CM-39 – CO
CM-55 – CO LOG
CO JUSTIFICATION, ROUTING SHEET
CM-40 (CCR)
CM-52 (CR) INITIATED BY A CANCEL
NO
PROJECT MANAGER
PM NOTIFIES PM FORWARDS
CCR, CN, COD. OR PM PREPARES CO PM ROUTES CO FOR
CONTRACTOR THAT EXECUTED CO TO
TOD HAS BEEN PACKAGE AND LOGS APPROVAL USING
CO IS READY FOR ALL REQUIRED
APPROVED CO (CM-55) CM-39
SIGNATURE PARTIES
CO APPROVED?
5 DAYS
CHANGE ORDER DIRECTIVE / TASK ORDER DIRECTIVE PROCESS TIME = 46-52 DAYS
START END
CONTRACTOR
CONTRACTOR CONTRACTOR
BEGINS BASED ON TRACKS ACTUAL
GO TO CLAIM
90% OF APPROVED COST FOR CHANGE
PROCESS
ESTIMATE OR T&M ORDER
BASIS RECONCILIATION NO
20 DAYS
CANCEL COD OR
CM-25 CHANGE
CM-55 – CO LOG PM , SUPERVISOR, & TOD AND
ORDER DIRECTIVE CM-38 – COD
CM-55A – TCO YES DIRECTOR REVISE CHANGE NEGOTIATE
CM-86 TASK ROUTING SHEET YES NO
LOG NEGOTIATION REQUIRED OUTSTANDING
ORDER DIRECTIVE
PARAMETERS COSTS TO DATE –
ISSUE CO FOR COSTS
2 DAYS
PROJECT MANAGER
NO
PM COORDINATES PM FINALIZES COD
CHANGE REQUEST
ORDER (CO)
WITH DIRECTOR & PACKAGE AND COD / TOD
PROCESS
CHANGE
(CR) HAS BEEN PM REVIEWS COST
GO TO
PREAPARES & LOGS ROUTES FOR APPROVED? CONDUCT SUCCESSFUL
APPROVED PROPOSAL WITH YES
COD APPROVAL NEGOTIATION NEGOTIATION?
PROJECT CONTROLS
5 DAYS
RECONCILIATION
5 DAYS 2-8 DAYS
SUCCESSFUL NEGOTION
REQUIRES EITHER AN
AGREED TO COST OR
AGREEMENT TO
COMPLETE ON A T&M
BASIS
CONSTRUCTION CLAIMS PROCESS TIME = 92-98 DAYS
START
END
CLAIMS MUST
NOTICE MUST
BE SUBMITTED CONTRACTOR
BE SUBMITTED
CONTRACTOR
NO
NO
DEPUTY MANAGER
GO TO CHANGE
ORDER (CO)
PROCESS
DEPUTY MANAGER DEPUTY MANAGER
CLAIM HAS SETTLEMENT
RECEIVES RECEIVED AND YES NEGOTIATE CLAIM YES
MERIT? REACHED?
NOTIFICATION REVIEWS CLAIM
2 DAYS
PM RECEIVES AND
PM LOGS THE CLAIM
REVIEWS CLAIM
30 DAYS
CM-59 – CLAIM
LOG
CONSTRUCTION CONTRACT / TO CLOSEOUT - 1 PROCESS TIME = 90 DAYS (CAL. DAYS)
NO
START
CONTRACTOR
CONTRACTOR
CONTRACTOR
SENDS LETTER TO
FINISHES PUNCHLIST
PM REQUESTING
AND FINAL SITE
INSPECTION FOR
CLEANUP
FINAL COMPLETION
27 DAYS 1 DAYS
CM-75
CONSTRUCTION
CONTRACTOR CLOSEOUT
SUBMITS FINAL CHECKLIST
QUANTITIES NO
CONTRACTOR AND
5 DAYS
PM REVIEW AND
ADDRESS CLOSEOUT
CHECKLIST
PROJECT MANAGER
2 DAYS
SUBSTANTIAL
REVIEW COMPLETE
COMPLETION PM REVIEWS FINAL ISSUE CHANGE
ACCEPTED YES CLOSEOUT
CERTIFICATE QUANTITIES ORDER (CO)
CHECKLIST
EXECUTED
COMPLETE PROCESS
ABOVE; NO FAA
INVOLVEMENT
REQUIRED
BMS / OTHER
NO
PM FORWARDS
CERTIFICATE OF
SUBSTANTIAL
FAA CLOSEOUT
FAA PROJECT?
COMPLETION TO
DSBO AND DIA
COMMERCE HUB YES
30 DAY
MILESTONE
CONSTRUCTION CONTRACT / TO CLOSEOUT - 2 PROCESS TIME = 90 DAYS (CAL. DAYS)
END
CONTRACTOR
CONTRACTOR CONTRACTOR
CONTRACTOR SIGNS DEVELOP AND
SUBMITS CONSENT SUBMITS DRAFT
FINAL CERTIFICATE SUBMIT FINAL PAY
OF SURETY (COS) TO FINAL PAY
OF COMPLETION APPLICATION
PM APPLICATION
NO
PROJECT MANAGER
PM RECEIVES COS
DIA SIGNS FINAL
INITIATE FINAL AND ISSUES MEMO
FILE CLOSEOUT CERTIFICATE OF DRAFT PAY APP
YES CERTIFICATE OF TO BMS TO YES
CHECKLIST COMPLETION AND ACCEPTED?
COMPLETION ADVERTISE THE
DISTRIBUTED
PROJECT NO
CM-37 FINAL
CERTIFICATE OF
COMPLETION
NOTE: START AT
“CONTRACTOR
FINALIZES PAYMENT
BMS ADVERTISES APPLICATION AND
CLAIMS FILED?
THE PROJECT
BMS / OTHER
SUBMITS TO BMS”
YES
14 DAYS
CONSTRUCTION
PROCESSING
PAYMENT
AIRPORT LEGAL
STOPS CLOSEOUT
PROCESS
75 DAY 90 DAY
MILESTONE MILESTONE
FAA CONTRACT CLOSEOUT PROCESS TIME = 30 DAYS + CLOSEOUT 90 DAYS = 120 CAL. DAYS
SURVEY FINAL QUANTITY VERIFICATION
END
CONTRACTOR
FINAL SURVEYED
QUANTITY NO
SUBMITTED
1 DAY
PROJECT MANAGER
CLOSEOUT – PAGE
CONSTRUCTION
START WITH
CONTRACT
SURVEYED “REVIEW
GO TO
RECEIVE AND ISSUE CHANGE
QUANTITIES YES COMPLETE
1
REVIEW QUANTITIES ORDER
ACCEPTED CLOSEOUT
CHECKLIST”
1 DAY 1 DAY
CONTRACTOR
CREATE FORM CONTRACTOR
SUBMITS NOTICE OF
ENTERS CONTRACT
SUBSTANTIAL
CLOSEOUT PHASE
COMPLETION TO PM
NO
VERIFY PUNCHLIST
PM ESTABLISHES PM CREATES CM-36
JOINT INSPECTION & INCL. DEFICIENCY
INSPECTION DATE OF USING CM-80 & ONCE EXECUTED PM
BY PM, DOR, AND YES LOG &
ACCEPTABLE SUBSTANTIAL ROUTES FOR DISTRIBUTES CM-36
CONTRACTOR STAKEHOLDER
COMPLETION APPROVAL
ISSUES (AS APP.)
DOR &
CM-36 ROUTED FOR
CONTRACTOR
REVIEW AND
PREPARE FINAL
APPROVAL
PUNCH LIST
10 DAYS 5 DAYS
EARLY OCCUPANCY PROCESS TIME = 24-57 DAYS
START END
YES
CONTRACTOR
CHANGE REQUEST
(CCR) PROCESS
CONTRACTOR
GO TO
NO
33 DAYS
NO
PM & CONTRACTOR
SUCCESSFUL
NEGOTIATE
NEGOTIATION?
RESPONSIBILITIES
PROJECT MANAGER
5 DAYS
PM NOTIFIES PM ESTABLISHES
PM REVIEWS
CONTRACTOR THAT DATE OF AVIATION
AGREEMENT FOR DIA TAKES EARLY
DIA HAS ELECTED TO INSPECTION OF MANAGER YES
CCR WITH AVIATION OCCUPANCY
TAKE EARLY WORK WITH APPROVAL?
MANAGER
OCCUPANCY CONTRACTOR
DOR &
DIA ELECTS TO TAKE CONTRACTOR
EARLY OCCUPANCY PREPARE FINAL
PUNCH LIST
10 DAYS