SOUTH DAKOTA DEPARTMENT OF
TRANSPORTATION
CONSULTANT SERVICES MANUAL
2021
Approved by FHWA on November 1, 2021
THIS PAGE INTENTIONALLY LEFT BLANK
INDEX
Chapter
Section
Title
PAGE
ACRONYMS
I
DEFINITIONS
ii
I.
INTRODUCTION
1
II.
RETAINER CONTRACT
2
A.
Retainer Contract Process
2
B.
Ranking Process
5
C.
Agreements
7
D.
Interim Year Process
9
III.
CONTRACTING PROCESSES - POLICY
12
A.
Contract Types
12
B.
Project Manager
14
C.
Selection Method
14
D.
Proposal Review Committee
15
E.
Interview of Short-listed Consultants and Final Ranking Process
17
F.
Selection by Consent
17
G.
Subcontracts
17
H.
Emergency Projects
18
IV.
CONSULTANT SELECTION
18
A.
Basic Steps for Consultant Selection
18
B.
Tier A
20
C.
Tier B
22
D.
Tier C
22
E.
Tier D
24
F.
Tier E
27
V.
WORK ORDERS AND TASK ORDERS
32
A.
Work Orders: Construction Miscellaneous
32
B.
Work Orders: Notice to Proceed Verbal Notification, Amendments
to Work Orders, Change of Scope or Additional Work, Authorization
of Additional Work Verbal Notification
33
C.
Work Orders: Time Extension, Contract Administration, Inspection
and Testing: Change of Scope and Time Extensions
35
D.
Task Orders
36
E.
Work Order ProcessState Projects
37
F.
Work Order ProcessLocal Public Agency Projects
39
G.
Task Order ProcessLocal Public Agency Projects
43
H.
Monetary Amendments to Work Orders
45
I.
Time Extensions to Work Orders
47
VI.
CONTRACT FEE TYPES
48
A.
Cost Plus Fixed Fee
48
B.
Unit Price
48
C.
Lump Sum
48
D.
Specific Rates of Compensation
48
VII.
MANAGING THE CONTRACT
49
A.
Accounting Principles from 23 CFR 172.11
49
B.
Invoices
54
C.
Payment Requests and Progress Reports
55
D.
Retainage
55
E.
Revisions
56
F.
Overtime
56
VIII.
CONTRACT MONITORING AND EVALUATION
57
IX
CONTRACT OR WORK ORDER TERMINATION
58
X.
CONTRACT CLOSURE/AUDIT REQUIREMENTS
58
XI.
CONFLICT OF INTEREST
61
A.
Construction Engineering and Design by Same Consultant
61
B.
Employment of Former State Employees
61
C.
Contract Conflict of Interest
61
XII.
INSURANCE
61
XIII.
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY,
AND VOLUNTARY EXCLUSION
64
APPENDIX
FORM
A
CONSULTANT INTERVIEW FORMAT WORKSHEET
65
B
924
DERIVATION OF PROFIT (FIXED FEE)
69
C
SMALL PURCHASE PROCEDURES, FEDERAL-AID (TIER A)
72
D
RANKING CRITERIA FOR SOI
75
E
REQUEST FOR SOI FORM
77
F
EMAIL STATEMENT OF INTEREST (SOI) INVITATION TO CONSULTANTS
80
G
SOI COVER PAGE
82
H
REQUEST FOR PROPOSAL
84
I
EMAIL REQUEST FOR PROPOSAL (RFP) INVITATION TO CONSULTANTS
86
J
918
CONSULTANT WORK ORDER COST BREAKDOWN EXAMPLE
88
K
917
WORK ORDER FORM
90
L
TASK ORDER FORM
94
M
904
DOT PAYMENT VOUCHER
98
N
CERTIFICATE OF INSURANCE EXAMPLE
101
O
996
WORK ORDER CLOSURE NOTICE FORM
103
P
925
PREQUALIFICATION FORM
105
Q
909
CONSULTANT EVALUATION FORM
114
R
121
AGREEMENT AND WORK ORDER COVER SHEET
117
S
PROPOSED KEY PERSONNEL TO BE USED ON PROJECT
119
T
GENERAL CONFLICT OF INTEREST FORM
121
U
TIME EXTENSION AMENDMENT LETTER EXAMPLE
123
CONSULTANT SERVICES MANUAL 2021
i
ACRONYMS
Below is a list of frequently used acronyms related to SDDOT Consultant Services.
CADD Computer Aided Drafting and Design
CFR Code of Federal Regulations
CPFF Cost Plus Fixed Fee
DBE Disadvantaged Business Enterprise
FAR Federal Acquisition Regulations
FHWA Federal Highway Administration
FTR Federal Travel Rates
GSA General Services Administration
ICE Independent Cost Estimate
ID/IQ Indefinite Delivery/Indefinite Quantity
LGA Local Government Assistance
LGC Local Government Contact
LPA Local Public Agency
NTP Notice to Proceed
OPM Office of Procurement and Management
PE Professional Engineer
PM Project Manager
QBS Qualifications Based Selection
QC/QA Quality Control/Quality Assurance
RFP Request for Proposal
RFQ Request for Qualifications
RSOI Request for Statement of Interest
RCL Retainer Contract List
SBC Selecting by Consent
SDDOT South Dakota Department of Transportation
SOI Statement of Interest
SOQ Statement of Qualifications
STA State Transportation Agency
STIP Statewide Transportation Improvement Program
UAS Unmanned Aircraft Systems
WBE Woman in Business Enterprise
CONSULTANT SERVICES MANUAL 2021
ii
DEFINITIONS
Audit - a formal examination, in accordance with professional standards, of a consultant's accounting systems,
incurred cost records, and other cost presentations to test the reasonableness, allowability, and allocability of
costs in accordance with the Federal cost principles (as specified in 48 CFR part 31).
Cognizant Agency - any governmental agency that has performed an audit in accordance with generally
accepted government auditing standards to test compliance with the requirements of the Federal cost
principles (as specified in 48 CFR part 31) and issued an audit report of the consultant's indirect cost rate, or
any described agency that has conducted a review of an audit report and related work papers prepared by a
certified public accountant and issued a letter of concurrence with the audited indirect cost rate(s). A
cognizant agency may be any of the following:
(1) A Federal agency;
(2) A State transportation agency of the State where the consultant's accounting and financial records
are located; or
(3) A State transportation agency to which cognizance for the particular indirect cost rate(s) of a
consulting firm has been delegated or transferred in writing by the State transportation agency
identified in paragraph (2) of this definition.
Competitive Negotiation - qualifications-based selection procurement procedures complying with 40
U.S.C. 1101-1104, commonly referred to as the Brooks Act.
Consultant - the individual or firm providing consulting services as a party to a contract.
Consultant Retainer Contract Selection Committee - committee which selects the consultants for the retainer
contract. The committee is comprised of voting and nonvoting representatives. Members include the
managers of the following offices, all with voting rights: Road Design; Bridge Design; Project Development;
Administration; Materials and Surfacing; Air, Rail and Transit; Operations Support; Legal; Right of Way; and the
Secretary of Transportation. A representative from the Audit office is included but has nonvoting rights.
Consultant Services - the professional services arising out of a vocation, calling, occupation or employment
involving specialized knowledge, labor, or skill. The term does not include services described in SDCL 5-18D-21.
Contract - a written procurement contract or agreement between a contracting agency and consultant and
includes any procurement subcontract under a contract.
Contracting Agencies - a State transportation agency or a procuring agency of the State acting in conjunction
with and at the direction of the State transportation agency, other recipients, and all subrecipients that are
responsible for the procurement, management, and administration of engineering and design related services.
Contract Modification - an agreement modifying the terms or conditions of an original or existing contract.
CONSULTANT SERVICES MANUAL 2021
iii
Engineering and Design Related Services:
(1) Program management, construction management, feasibility studies, preliminary engineering,
design engineering, surveying, mapping, or architectural related services with respect to a highway
construction project subject to 23 U.S.C. 112(a) as defined in 23 U.S.C. 112(b)(2)(A); and
(2) Professional services of an architectural or engineering nature, as defined by State law, or
environmental and right of way acquisition services, which are required to or may logically or
justifiably be performed or approved by a person licensed, registered, or certified to provide the
services with respect to a highway construction project subject to 23 U.S.C. 112(a) and as defined in 40
U.S.C. 1102(2).
Federal Cost Principles - the cost principles contained in 48 CFR part 31 of the Federal Acquisition Regulation
for determination of allowable costs of commercial, for-profit entities.
Fixed Fee - a sum expressed in U.S. dollars established to cover the consultant's profit and other business
expenses not allowable or otherwise included as a direct or indirect cost.
Local Public Agency (LPA) - any county, Metropolitan Planning Organization, town, or city government.
Master Retainer Agreement - an agreement between the SDDOT and a consultant on the retainer contract list.
Noncompetitive - the method of procurement of engineering and design related services when it is not
feasible to award the contract using competitive negotiation or small purchase procurement methods.
One-year Applicable Accounting Period - the annual accounting period for which financial statements are
regularly prepared by the consultant.
Project - a defined scope of work for consultant services.
Proposal Review Committee - the committee comprised of a minimum of three members. The Proposal
Review Committee will have an odd number of members and may consist of members primarily from the
requesting office but must include at least one program manager from another office.
Retainer Contract List (RCL) - a compilation of the names of consultants the SDDOT has determined, based on
evaluation of requests for proposals, are qualified to provide retainer consultant services. Based on the
expected needs of the SDDOT, the list of qualified consultants in each category may be limited to a specific
number of the top ranked consultants.
Retainer Contract Services - the Consultant services that fall within one or more categories of work and for
which SDDOT has entered into a master retainer agreement.
Request for Proposal (RFP) - a requested submission from a consultant containing all information and
requirements necessary to compete for solicited services.
CONSULTANT SERVICES MANUAL 2021
iv
Request for Qualifications (RFQ) - a requested submission from a consultant of the consultant’s
qualifications to be used in the prequalification selection process for the retainer contract list.
Scope of Work - all services, work activities, and actions required of the consultant by the obligations of the
contract.
Selecting by Consent (SBC) - to select a consulting firm based on the willingness of all committee members to
accept a decision reached by a collaborative process.
Small Purchases - the method of procurement of engineering and design related services where an adequate
number of qualified sources are reviewed, and the total contract costs do not exceed an established simplified
acquisition threshold.
Small Purchase Contract - an instrument that may be used if the proposed expense is under $50,000. For
federal-aid contracts, a minimum of three consultants shall be contacted. These conditions are described in
23C.F.R. 172.7(a)(2) and 49 C.F.R. 18.36(d)(4).
Statement of Interest (SOI) - a submission by a consultant stating the consultant’s interest in a specific scope
of work. The SDDOT will issue a request for SOIs by using the Request for Statement of Interest Form in
Appendix B, or DOT Form 920: Notice for Statement of Interest. The SOI will be evaluated by the Proposal
Review Committee.
State Transportation Agency (STA) - department or agency maintained in conformity with 23 U.S.C. 302 and
charged under State law with the responsibility for highway construction (as defined in 23 U.S.C. 101); and that
is authorized by the laws of the State to make final decisions in all matters relating to, and to enter into, all
contracts and agreements for projects and activities to fulfill the duties imposed by title 23 United States Code,
title 23 Code of Federal Regulations, and other applicable Federal laws and regulations.
Sub-Consultant - the individual or firm contracted by a consultant to provide engineering and design related or
other types of services that are part of the services which the consultant is under contract to provide to a
recipient (as defined in 23 CFR 200.86) or sub-recipient (as defined in 2 CFR 200.93) of Federal assistance.
Task Order is like a work order, but is used by a Local Public Agency (LPA) to utilize the state’s retainer
contract, even though they are not a party to the contract.
Work Order - a project-specific instrument between the SDDOT and a consultant that establishes payment,
scope, and time frames for work to be conducted in accordance with the corresponding master retainer
agreement.
CONSULTANT SERVICES MANUAL 2021
1
CONSULTANT SERVICES MANUAL
I. INTRODUCTION
The Code of Federal Regulations 23 CFR Part 172 requires that the South Dakota Department of Transportation
(SDDOT) have a policy regarding the procurement of consultant services. SDDOT Policy No. DOTP&E-AD-1.4
Procuring Consultant Services is to be used in conjunction with this Consultant Services Manual (Manual). This
Manual is to be used by SDDOT, Local Public Agency (LPA) staff and the consultant community as the
handbook to secure consultant services.
The use of outside Consultants provides value to SDDOT and LPAs by:
Allowing SDDOT to adjust to fluctuations in project delivery due to such things as variations in state
and federal budgets, staff workload, natural disasters, and for complex or sensitive projects; and
Providing specialized technical assistance not available within SDDOT.
The 23 CFR Part 172.1 defines engineering and design related services as program management, construction
management, feasibility studies, preliminary engineering, design engineering, surveying, mapping, or
architectural related services with respect to a highway construction project. In addition, the department
contracts for other professional services such as environmental studies and wetland mitigation; right of way
appraisal and negotiation; media consultants; videographer services; graphic design; and drone technology.
Consultant services must be procured and administered following the procedures in this manual, whether
federal aid is involved, unless specifically exempted.
The SDDOT utilizes on-call or indefinite delivery/indefinite quantity contracts which are renewed every three
years. These are referred to as Retainer Contracts. Retainer Contracts are for the performance of services
for several projects, using work orders issued on an as-needed basis, and may be for several categories of
services. The categories of service may vary from contract to contract and year to year depending on the
projected workload. The Retainer Contract List (RCL) is developed for each work type. The work types include:
LOCAL CATEGORIES
Building Architecture
Airport Planning and Design
Construction Administration/Inspection/Testing
Bridge Design
Environmental Studies
Bridge Inspection
Geotechnical Services
Geotechnical Services
Hazardous Waste/Petroleum Contamination Testing
Roadway Design
Historic Preservation
Railroad Planning, Design, and Construction Admin
Land Surveying
Transportation Planning
Landscape Architecture
Photogrammetry and LiDAR Surveys
STATE CATEGORIES
Public Information/Public Relations
Archaeology/Paleontology
Real Estate Services
Bridge Design
Roadway Design
Bridge Evaluation/Testing
Subsurface Utilities Exploration
Bridge Hydraulics/Hydrology
Transportation Planning
Bridge Inspection
Unmanned Aerial
Bridge Protective Coating
Wetland Delineation/Mitigation
CONSULTANT SERVICES MANUAL 2021
2
These categories of service may be further broken down into categories for State projects and Local projects.
The LPA’s may choose firms from either the State or Local categories. However, for State projects, only
consultants from the State categories may be chosen.
Under SDCL 5-18D-17 to SDCL 5-18D-22, requests for proposal for professional services must be submitted to
the Bureau of Administration Office of Procurement Management (OPM) for publication on its electronic
procurement system. The State law applies to contracts of more than $50,000. The federal regulation 23 CFR
Part 172 applies to contracts more than $250,000. Due to the overlap in the regulations, the state law
governs for contracts between $50,000 and $250,000, because it has a lower threshold.
This manual does not apply to consultant services used by the SDDOT Office of Research. That office has a
separate policy. It also does not apply to SDDOT building projects administered through the South Dakota
State Engineer’s Office.
II. RETAINER CONTRACT
A. Retainer Contract Process
The Retainer Contract List (RCL) is a list of pre-qualified firms which can assist SDDOT and Local Public Agencies
with projects, as needed. It follows the On-Call or indefinite delivery/indefinite quantity (ID/IQ) rules in 23 CFR
Part 172.9. The maximum total amount that may be awarded under a contract is $20,000,000.
Every three years, SDDOT develops a Request for Qualifications (RFQ) for all interested Consultants to submit
new Statements of Qualifications (SOQs) in specific Work Categories. Each RCL period begins on January 1 and
ends three years later, on December 31st.
In addition, SDDOT will conduct annual interim SOQ advertisements for inclusion in the remainder of the
contract. Consultants that previously applied for a particular category are excluded from interim reapplication
in that category unless significant changes have been made. The qualifications documents must clearly state
the nature of the significant change. These interim contracts will terminate when the three-year cycle for the
program ends. The interim SOQs submitted will be ranked, and the interim SOQ must score higher than the
lowest scoring firm on the RCL in order to be added.
In order to complete all of the ranking and contract processes, the RFQ process begins in March of the year the
contracts expire. The RFQ advertisement includes a listing, description, and estimated number of Consultants
that may be initially selected for each Work Category, which assists Consultants in preparing an SOQ for
SDDOT. Consultants must submit a DOT Form 925 as shown in Appendix P for each of the Work Categories
matching their expertise. All Consultant submittals are evaluated and scored on the same criteria: expertise,
capabilities, and technical competence; resources available and workload capacity; past performance;
quality of past work; personnel qualifications and staff capabilities; ability to perform the work within time
constraints; organization and approach to accomplishing the assignment; local presence if applicable; and
professional licensure if applicable. SDDOT assembles teams to review and score specific Work Category
SOQs. A minimum of two people will rank each category.
CONSULTANT SERVICES MANUAL 2021
3
SDDOT posts the RFQ online, posts to the South Dakota Office of Procurement and Management website,
advertises in 5 newspapers, emails to firms currently on the RCL, and notifies Consultants of its availability
through email updates. This advertisement usually starts in May prior to the January beginning contract date.
Interim year advertisements will start in July for inclusion on the RCL each following year for the remainder of
the contract. The deadline for submitting SOQs is identified in the RFQ.
SDDOT encourages prime Consultants to use Disadvantaged Business Enterprise / Women Business Enterprises
(DBE/WBE) as sub-consultants. SDDOT also encourages DBE/WBEs to respond to the RFQ. However, SDDOT
has no specific DBE/WBE goal or additional points for participation. The use of quotas or exclusive set-asides
for DBE consultants is prohibited, as specified in 49 CFR 26.43
Qualification in the RCL does not guarantee project work or work orders. Consultants must market their firm,
project team, and capability in order to demonstrate their ability to provide services for SDDOT and local
government entities using the SDDOT RCL. There is no restriction on a prime consultant regarding the
selection of sub-consultants, so marketing sub-consultant work is also the responsibility of each individual
firm.
CONSULTANT SERVICES MANUAL 2021
4
Table II-A REQUEST FOR QUALIFICATION PROCESS
RESPONSIBILITY ACTION
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Every three years, beginning in March, begin the process of updating the SDDOT RCL.
2.
Contact the Program Managers of Administration, Bridge Design, Road Design, Project
Development, Right of Way, Materials and Surfacing, Operations Support, and Air-Rail-Transit
to determine if the retainer contract categories of service definitions need to be changed or
categories added, and approximately how much work is expected or how many Consultants
per category will be needed. Set a date for when this information is to be submitted.
3.
Send the ranking criteria to the Consultant Retainer Contract Selection Committee for their
review and adjust the ranking criteria and points per comments received. Firms will be ranked
on the following criteria:
a.
Expertise, capabilities, and technical competence.
b.
Resources available and workload capacity.
c.
Past performance.
d.
Quality of past work.
e.
Personnel qualifications and staff capabilities.
f.
Ability to perform work within time constraints.
g.
Organization and approach to accomplishing the assignment.
h.
Local presence if applicable (not to exceed 10% of the total evaluation).
i.
Professional licensure if applicable.
4.
The participation of qualified and certified Disadvantaged Business Enterprise (DBE) sub-
consultants may be used as a nominal evaluation criterion where appropriate.
5.
Prepare an estimated schedule for the procurement process and establish a submittal deadline
for responses to the RFQ that provides sufficient time for interested consultants to receive
notice, prepare, and submit a proposal, which except in unusual circumstances, shall be not
less than 21 calendar days from the date of issuance of the RFQ.
6.
Send RFQ to firms for SDDOT work.
7.
In addition to sending out RFQ, advertise the SDDOT’s interest in obtaining professional
services in at least five major South Dakota newspapers at least once a week for two weeks.
Allow a minimum of three weeks from advertisement date to due date for qualification
information. Request Affidavit of Publication for the file.
8.
Fill out the Bureau of Administration, OPM request for proposal template with the same
information used in the email and newspaper advertisements, plus the procedures for
solicitation and award of the master retainer agreement. Consider advertising in national
publications.
9.
Submit the completed OPM document to the Assistant Director at the OPM.
10.
Include all the following in the RFQ and advertising text:
a.
Categories of services desired by SDDOT.
b.
A statement that consultant firms can apply to be considered in one or more
categories.
c.
A statement that firms must furnish sufficient evidence of competence in services
they wish to provide.
d.
An approximate number of firms that will be selected for each category.
e.
Blank copy of the prequalification form, DOT-925 as shown in Appendix P.
f.
Ranking criteria list.
g.
Deadline for receiving applications.
CONSULTANT SERVICES MANUAL 2021
5
CONSULTANT
1.
Complete the DOT-925 form for each category of interest by the deadline.
2.
Submit the information electronically in pdf format as an attachment to an email to the SDDOT
Consultant Services Coordinator.
B. Ranking Process
Once all of the qualification documents are received, the SDDOT will go through a ranking process to
determine which firms will be placed under contract.
In interim years, the new consultants must score equal to or greater than the lowest consultant previously
approved. When staff changes occur and different people are doing the interim ranking, they must review the
prior rankings to determine the critical items considered previously for their category.
CONSULTANT SERVICES MANUAL 2021
6
Table II-B. RANKING PROCESS
RESPONSIBILITY ACTION
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Sort the qualification application information provided by the firms by category of service
and store them in a folder accessible to all pertinent staff.
2.
Prepare and present training on the Consultant firm evaluation process for the Consultant
Selection Committee.
3.
Send the Consultant Retainer Contract Selection Committee a link to the information about
the firm’s qualification applications for the categories of services used by their respective
offices, ranking sheets, and a deadline for when the ranking is to be completed.
4.
Organize a meeting date for the Consultant Retainer Contract Selection Committee to meet
and review the ranked qualification applications.
SDDOT CONSULTANT
RETAINER CONTRACT
SELECTION
COMMITTEE
1.
Utilize a minimum of two people to evaluate each category during the ranking process. The
rankers are not necessarily members of the Contract Selection Committee but may be staff
who oversee consultant work orders or contracts.
2.
Rank firms on these criteria for each category of services:
Experience.
Past performance evaluations, if available.
Quality of past work.
Personnel qualifications.
Ability to perform work within time constraints.
Organization and approach to accomplishing the assignment.
Local presence if applicable.
Professional licensure if applicable.
3.
Submit recommended lists of ranked firms to the Consultant Services Coordinator by the
deadline.
4.
At the Consultant Retainer Contract Selection Committee meeting, based on the rankings and
prequalification information, and, with the concurrence of Program Managers, develop lists
of selected firms, considering factors such as funding, workload, advertised goals, and
evaluation of the scores.
5.
Submit the ranked list and recommendations to the Secretary of Transportation.
SECRETARY OF
TRANSPORTATION
Approve or disapprove lists of selected firms.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Notify firms that they have or have not been selected, based on submitted qualifications, to
provide a category or categories of service under a master retainer contract.
2.
Submit the list of successful firms to the Legal Office to check their business status with the
Secretary of State’s Office. Track which firms have complied with Secretary of State
requirements.
3.
Distribute approved lists to Program Managers and Area Engineers.
4.
Develop a data base which includes approved category of work, contact information,
application/selection data.
5.
Retain all supporting documentation on the solicitation, proposal, evaluation, and selection of
CONSULTANT SERVICES MANUAL 2021
7
the Consultant for not less than 3 years from the approval date of the final voucher with
FHWA for the final project payment under each retainer contract. All documents will
be scanned into DOT-070 in File Director and any paper copies may then be destroyed.
C. Agreements
Agreements are written with each selected firm. See Table II-C for process.
CONSULTANT SERVICES MANUAL 2021
8
Table II-C. AGREEMENTS
RESPONSIBILITY ACTION
SDDOT
CONSULTANT
SERVICES
COORDINATOR
Beginning in March of every third year, circulate the DOT-900 Master Retainer Agreement for
review and comment by the Consultant Retainer Contract Selection Committee.
SDDOT CONSULTANT
RETAINER CONTRACT
SELECTION
COMMITTEE
Review and comment on the draft agreement and return to the Consultant Services Coordinator by
the deadline.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
Incorporate changes and submit to Legal Office for review and approval.
SDDOT LEGAL
COUNCIL
1.
Review the agreement for consultant services for proper form and compliance with laws and
regulations, and inclusion of references to appropriate federal and state laws.
2.
Once the final version is confirmed, place it in the M:\DOT\Common\All DOT Forms\DOT
Forms 900-999 folder by October 1.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Prepare two original copies of a master retainer agreement for consultant services that will
be the basis for any future work orders for each firm. In each agreement include the
Categories of Services that have been approved for that firm.
2.
Prepare the Form DOT-121 Agreement and Work Order Cover Sheet as shown in Appendix R
that will accompany each firm’s proposed master retainer agreement for consultant services.
3.
Send the two original agreements to the consulting firm for signature. Electronic signatures
may be used. Emailing the firms the agreements for signature is also an option.
4.
In order to know what phase of signature all the agreements are in, maintain a log of when
the agreements were sent, received back, signed, and a copy returned to the firm.
CONSULTANT
1.
Review and sign the two copies of the agreement.
2.
Return to the SDDOT Consultant Services Coordinator.
3.
Submit insurance information to the SDDOT Consultant Services Coordinator.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Have the Administration Program Manager sign the two copies of each agreement.
2.
Attach the Form DOT-121 Agreement and Work Order Cover Sheet to the agreements and
submit them to the Finance Office.
3.
Log in the Insurance information on the database.
4.
Scan in the authorized signature sheets on the appropriate M drive file.
FINANCE CONTRACT
ADMINISTRATOR
Log in the agreement and send it to Audits.
CONSULTANT SERVICES MANUAL 2021
9
AUDITS
Review and sign the Form DOT-121 Agreement and Work Order Cover Sheet and return it to
Finance.
FINANCE CONTRACT
ADMINISTRATOR
Send the agreements to the Secretary of Transportation for signature.
SDDOT SECRETARY
OF
TRANSPORTATION
Sign the agreements and return them to Finance.
FINANCE CONTRACT
ADMINISTRATOR
1
Assign an agreement number.
2
Initial and date the Form DOT-121 Agreement and Work Order Cover Sheet.
3
Scan the agreement and DOT-121 form into File Director DOT-043.
4
Retain the original DOT 121 form and one of the original agreements in the Finance Office.
5
Return one original agreement and a copy of the DOT-121 form to the
Consultant Services Coordinator.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Mail one original agreement to the consulting firm.
2.
Log in the Agreement number in the database.
3.
Update the list of approved Consultants monthly on the SDDOT website after the agreements
are signed.
4.
Maintain a database including categories of service, authorized signatories, agreement
numbers, contact information and insurance dates to be shared by all staff.
D. Interim Year Process
The master retainer agreement will be for a three-year term. In addition, the SDDOT will conduct two annual
interim requests for qualification advertisements for potential consultant inclusion on the retainer contract list
for the remainder of the current master retainer agreement term period. A consultant that previously applied
for a particular category under the current master retainer agreement, is excluded from interim reapplication
in that categoryunless the firm can demonstrate significant improvement or changes in the firm’s
qualifications.
Examples of significant improvement include hiring additional staff who have expertise in a particular category;
merging firms and incorporating their expertise; additional project experience; or staff members becoming
certified or licensed.
The significant improvement must be clearly noted on the proposal submitted by the consultant.
CONSULTANT SERVICES MANUAL 2021
10
Table II-D INTERIM YEAR REQUEST FOR QUALIFICATION PROCESS
RESPONSIBILITY ACTION
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
In the Interim years, beginning in July, begin the process of updating the SDDOT Retainer
Contract List.
2.
Utilize the same service categories and ranking criteria that was used for the master retainer
contract. Adding additional categories may require a policy revision.
3.
Send RFQ to firms for SDDOT work. This may be done using email.
4.
In addition to sending out the RFQ, advertise the SDDOT’s interest in obtaining professional
services in at least five major South Dakota newspapers at least once a week for two weeks.
Allow a minimum of three weeks from advertisement date to due date for qualification
information.
5.
Fill out the Bureau of Administration, OPM request for proposal template with the same
information used in the email and newspaper advertisements, plus the procedures for
solicitation and award of the master retainer agreement.
6.
Submit the completed OPM document to the Assistant Director at the OPM.
7.
Include all the following in the RFQ and advertising text:
a.
Categories of services desired by SDDOT.
b.
A statement that Consultant firms can apply to be considered in one or more categories.
c.
A statement that firms must furnish sufficient evidence of competence in services they
wish to provide.
d.
An approximate number of firms that will be selected for each category.
e.
Blank copy of the prequalification form, DOT-925 as shown in Appendix P.
f.
Ranking criteria list.
g.
Deadline for receiving applications.
CONSULTANT
1.
If the firm did not apply for that category of work during the RFQ for the master retainer
contract, or if significant improvements have been made to the firm’s qualifications, they may
complete the DOT-925 form for each category of interest by the deadline. The significant
improvement must be clearly noted on the proposal.
2.
Submit the information electronically in pdf format as an attachment to an email to the SDDOT
Consultant Services Coordinator.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Sort the qualification application information provided by the firms by category and store them
in a file accessible to pertinent staff.
2.
Prepare and present training on the Consultant firm evaluation process for the Consultant
Selection Committee.
3.
Send the Consultant Retainer Contract Selection Committee a link to the information about the
firm’s qualification applications for the categories of services used by their respective offices,
ranking sheets, and a deadline for when the ranking is to be completed.
4.
Organize a meeting date for the Consultant Retainer Contract Selection Committee to meet
and review the ranked qualification applications.
SDDOT
CONSULTANT
1.
Utilize a minimum of two people to evaluate each category during the ranking process.
2.
Rank firms on these criteria for each category of services:
a.
Experience.
CONSULTANT SERVICES MANUAL 2021
11
RETAINER
CONTRACT
SELECTION
COMMITTEE
b.
Past performance evaluations, if available.
c.
Quality of past work.
d.
Personnel qualifications.
e.
Ability to perform work within time constraints.
f.
Organization and approach to accomplishing the assignment.
g.
Local presence if applicable.
h.
Professional licensure if applicable.
3.
Submit lists of ranked firms to the Consultant Services Coordinator by the deadline.
4.
At the Consultant Retainer Contract Selection Committee meeting, based on the rankings and
prequalification information, and, with the concurrence of Program Managers, consider adding
firms who’s score matches or exceeds the lowest accepted score from the original RCL.
5.
Submit the ranked and recommended list to the Secretary of Transportation.
SDDOT SECRETARY
OF
TRANSPORTATION
Approve or disapprove lists of selected firms.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Notify firms that they have or have not been selected, based on submitted qualifications, to
provide a category of service or certain categories of service under a master retainer contract.
2.
Distribute approved lists to Program Managers and Area Engineers.
3.
Send Legal Office a copy of the approved list to confirm compliance with the Secretary of
State’s Office requirements.
4.
Either prepare an amendment to the Consultants existing agreement adding a new work
category or prepare two new original copies of a master retainer agreement for Consultant
services that will be the basis for any future work orders for each firm. In each agreement
include the Categories of Services that have been approved for that firm.
5.
Prepare the Form DOT-121 Agreement and Work Order Cover Sheet as shown in Appendix R
that will accompany each firm’s proposed master retainer agreement for consultant services.
6.
Send the two original agreements or amendments to the consulting firm for signature.
Electronic signatures may be obtained.
7.
In order to know what phase of signature all the agreements or amendments are in, maintain a
log of when the agreements were sent.
8.
Retain all supporting documentation on the solicitation, proposal, evaluation, and selection of
the Consultant for not less than 3 years from the approval date of the final voucher with FHWA
for the final work order under each retainer contract. All documents will be scanned into DOT-
070 in File Director and any paper copies may then be destroyed.
CONSULTANT
1.
Review and sign the two copies of the agreement.
2.
Return to the SDDOT Consultant Services Coordinator.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Have the Administration Program Manager sign the two copies of each agreement.
2.
Attach the Form DOT-121 to the agreements and submit them to the Finance Office.
CONSULTANT SERVICES MANUAL 2021
12
FINANCE
CONTRACT
ADMINISTRATOR
Log in the agreement and send it to Audits.
Audits
Review and sign the Form DOT-121 and return it to Finance.
FINANCE
CONTRACT
ADMINISTRATOR
Send the agreements to the Secretary of Transportation for signature.
SDDOT SECRETARY
OF
TRANSPORTATION
Sign the agreements and return them to Finance.
FINANCE
CONTRACT
ADMINISTRATOR
1.
Assign an agreement number if this is a new agreement.
2.
Initial and date the Form DOT-121.
3.
Scan the agreement and DOT-121 form into File Director DOT-043.
4.
Retain the original DOT 121 form and one of the original agreements in the Finance Office.
5.
Return one original agreement and a copy of the DOT-121 form to the Consultant Services
Coordinator.
SDDOT
CONSULTANT
SERVICES
COORDINATOR
1.
Mail, or email if using electronic signatures, one original agreement to the consulting firm.
2.
Update the list of approved Consultants on the SDDOT website after the agreements
are signed.
3.
Maintain a database including categories of service, authorized signatories,
agreement numbers, contact information and insurance dates to be shared by all
staff.
III. CONTRACTING PROCESSES - POLICY
A. Contract Types
There are several contracting procedures allowed for SDDOT projects. The use of a particular method will be
based on the contract’s size and complexity. The basic contracting methods include:
1. Small Purchase Contracts Tier A
2. Consultant Retainer Contract (work orders and task orders)
a. Tier B
b. Tier C
c. Tier D
3. Request for Proposal Contracts Tier E
CONSULTANT SERVICES MANUAL 2021
13
SDDOT uses the Retainer Contract process for the majority of consultant procurements. In these cases, the
firms eligible for work are selected based on qualifications by the SDDOT Consultant Retainer Contract
Selection Committee. Other contracts are procured using the Request for Proposal (RFP) process or are small
purchase contracts.
The Consultant Retainer Contract Selection Committee ranks the interested consulting firms for the consultant
retainer contract. The committee is comprised of voting and non-voting members. Members include the
managers of the following offices, all with voting rights: Road Design; Bridge Design; Project Development;
Administration; Materials and Surfacing; Air, Rail and Transit; Operations Support; Legal; Right of Way; and the
Secretary of Transportation. A representative from the Audits office is included but has non-voting rights.
The RFP process utilizes a Proposal Review Committee to select a consultant for a specific project. It is
composed of a minimum of three members. The committee will have an odd number of members and may
consist of members primarily from the requesting office but must include at least one program manager from
an office that is not initiating the contract. For LPA projects, at least one representative from the local public
agency will be a member.
CONSULTANT SERVICES MANUAL 2021
14
B. Project Manager
Each work order or individual contract shall have a SDDOT Project Manager (PM). This person oversees
coordination between the SDDOT and the consulting firm or firms. This person is a SDDOT employee who is to
ensure that the work delivered under the contract or work order is complete, accurate, and consistent with
the terms, conditions, and specifications of the contract. A PM may serve in responsible charge of multiple
projects and SDDOT may use multiple employees to fulfill monitoring responsibilities. An example of multiple
employees includes having a project engineer overseeing plans and design requirements of the work order,
and the Work Order Specialist overseeing payments, billings, and completion dates. The PM’s responsibilities
include:
1. Administering inherently governmental activities including, but not limited to, contract
negotiation, contract payment, and evaluation of compliance, performance, and quality of
services provided by the consultant;
2. Being familiar with the contract requirements, scope of services to be performed, and products
to be produced by the consultant;
3. Being familiar with the qualifications and responsibilities of the consultant’s staff and evaluating
any requested changes in key personnel;
4. Scheduling and attending progress and project review meetings, commensurate with the
magnitude, complexity and type of work, to ensure the work is progressing in accordance with
the established scope of work and schedule milestones;
5. Ensuring consultant costs billed are allowable in accordance with the Federal cost principles and
consistent with the contract terms as well as the acceptability and progress of the consultant’s
work;
6. Evaluating and participating in decisions for contract modifications; and
7. Documenting contract monitoring activities and maintaining supporting contract records.
C. Method Selection
SDDOT has several ways to select Consultants. All consulting firm solicitation and selection methods follow the
Brooks Act (USC 40 Chapter 11) and are qualifications-based. Consultants must respond to the various
selection methods in order to have their qualifications reviewed, scored, and ranked. Qualifications-Based
Selection is a competitive process used by the SDDOT to assess the various firms’ qualifications to perform the
work based on statements of qualifications. Cost is not a consideration in ranking Consultants during
selection; rather previous project experience, key personnel, and the firm’s overall reputation and skill set are
the primary criteria. Therefore, cost proposals, sealed or otherwise, are not part of the consultant selection
process.
CONSULTANT SERVICES MANUAL 2021
15
Breaking a project up into small phases to circumvent the established threshold for a particular tier is not
allowed. However, separate contracts or work orders may be issued during various project phases since they
are separate work types: planning, environmental, hydraulic studies, design, and construction management.
The SDDOT Policy No. DOTP&E-AD-1.4 Procuring Consultant Services, has set a tier structure as shown in
Table III-1 Contract Procedure for the various procedures to be used in the consultant selection process.
Table III -1 CONTRACT PROCEDURE
TIER
A
B
C
D
E
ESTIMATED
CONTRACT
VALUE
Under $50,000
$50,000 to
$250,000
$250,000 to
$750,000
>$750,000
SPECIAL OR NON-
TYPICAL PROJECT
MAXIMUM
CONTRACT
VALUE
$50,000
$250,000
$850,000
--
--
REQUIREMENTS
Not required to,
but may be on
RCL; when
federal-aid is
utilized
contacting a
minimum of
three firms is
required.
Select from RCL
Send request for
Statement of
Interest (SOI) to
minimum of 3
firms from RCL for
the specific work
type
Send request for
SOI to all firms on
RCL for the
specific work
type; request RFP
from a minimum
of 3 firms
Full RFP Process,
including Bureau of
Finance and
Management’s
OPM for
publication
CONSULTANT
SELECTED BY
Project Manager
Project Manager
Proposal Review
Committee
Proposal Review
Committee
Proposal Review
Committee
D. Proposal Review Committee
For Tiers C, D and E projects, a Proposal Review Committee will be used to select the consultant. The Proposal
Review Committee will identify the best qualified Consultant for the project.
The SDDOT Program Manager/Area Engineer from the program originating the project approves the
Proposal Review Committee.
The Proposal Review Committee members participate in the contract or work order scope
identification, consultant evaluation, selection process, and if necessary, negotiation of the contract.
CONSULTANT SERVICES MANUAL 2021
16
The Proposal Review Committee consists of three to seven SDDOT employees and includes any
required technical people who bring necessary expertise to the project. It is also composed of a
Program Manager or Area Engineer from outside the Program/Area initiating the work order or
contract.
On Local Public Agency projects, there will be at least one Local Public Agency Representative from the
sponsoring agency. If there are multiple agencies involved, such as South Dakota Game Fish and Parks,
US Forest Service, etc., it is recommended that each entity have at least one representative.
Information in the Proposals/Statements of Interest (SOI) and the discussions in the selection process
are confidential when they pertain to the firm’s rates charged per person and their overhead rate.
All Proposal Review Committee members must disclose any potential conflicts of interest, which are
reviewed by management.
The SDDOT PM should arrange for a planning meeting with the Proposal Review Committee. At this meeting,
the SDDOT PM, together with the Proposal Review Committee, may:
Refine the Scope of Work.
Determine which selection method is best suited to the project.
Prepare the Request for Statement of Interest (RSOI) and/or RFP.
Identify the selection criteria and weights for scoring responses to the RFP/RSOI. SDDOT PM should
draft a proposed spreadsheet for review by the committee.
Develop short-list criteria and interview format for RSOIs and/or RFPs.
At the consultant selection meeting, the SDDOT PM provides the Proposal Review Committee members with
all required documentation, including a copy of the RSOI/RFP, and a worksheet for consultant evaluations.
In addition to the roles already described the Proposal Review Committee also:
1. Reviews the RFP/RSOI before evaluating Proposals/SOIs to be aware of the specifics relating to the
project.
2. Evaluates and scores each proposal or Proposals/SOI independently, based on the criteria in the RFP or
RSOI, and information in this instruction manual prior to the Proposal Review Committee Meeting.
3. Provides specific comments on the strengths and weaknesses on each Consultant’s Proposal/SOI.
4. Combines and averages the point scores and comments given by each Proposal Review Committee
member, then ranks the Consultants based on the averages from highest to lowest. Ranking may be
accomplished by consent, rather than by points.
For Tier C, D, and E projects, the SDDOT PM notifies the Consultants of the final ranking.
CONSULTANT SERVICES MANUAL 2021
17
If SDDOT receives less than the prescribed minimum of three Proposals or SOIs, the Proposal Review
Committee will determine whether to proceed with the consultant selection. If only one SOI or proposal is
received, the scope of work and advertisement process should be reviewed to ensure that the Scope is clear
and appropriate consultants were contacted. Due to the rural nature of the state, and the limited number of
consultants who may be interested in working on specialty projects, there may be occasions where only one
proposal is received. The RFP for the project may need to be re-advertised.
E. Interview of Short-listed Consultants and Final Ranking Process
Sometimes the Proposal Review Committee may find it necessary to interview potential Consultants prior to
making a selection. This determination may be made either prior to or after review of submitted proposals.
When necessary, the Proposal Review Committee may short-list a minimum of three and a maximum of five
Consultants to be interviewed. The SDDOT PM then notifies the short-listed Consultants, advises them of the
format of the interviews, and schedules them for an interview with the Proposal Review Committee. The non-
short-listed Consultants are also notified.
The format of the consultant selection interviews is determined in the Proposal Review Committee Meeting
based on the Appendix A Consultant Interview Format Worksheet. The Worksheet allows the Proposal
Review Committee to determine the requirements of a presentation, including time restraints, information to
be presented, potential questions to be asked of all consultants, and level of visual aids allowed. The
Worksheet also assists the Proposal Review Committee in determining weights of each segment of the
interview and of each of the questions; and whether to release debriefing information to Consultants prior to
the interviews.
Once the interview format is determined, the Proposal Review Committee interviews each short-listed
Consultant. The Proposal Review Committee ranks the interviewed Consultants using the Selecting by
Consent” process to score the consultants’ interviews and determine a final ranking.
F. “Selecting by Consent”
The “Selecting by Consent” (SBC) process aids the Proposal Review Committee in ranking Consultants through
a collaborative process. Consent is defined as the willingness of all Proposal Review Committee members to
accept a decision reached by a collaborative process. Each segment and question in the interview are
weighted in advance during the Proposal Review Committee Meeting. The Proposal Review Committee
determines by consent the strengths and weaknesses the Proposal Review Committee observed in each
Consultant’s interview or proposal. The final selection of Consultants is based on the consensus developed by
the Proposal Review Committee.
G. Subcontracts
Subconsultants may be contracted by a consulting firm to provide engineering and design related services, or
other types of services that are part of the scope of work that the firm is under contract to provide to the
department. Subconsultants do not need to be on the retainer contract to be selected. Subconsultants not on
the retainer contract may be required to provide documentation of expertise. If using the cost plus fixed fee
CONSULTANT SERVICES MANUAL 2021
18
contracting method, they need to be able to provide an established overhead rate and provide a certified cost
rate as per 23 CFR Part 172.11. Small, lump sum subcontracts (less than $5,000) may not require overhead
and certified cost rates.
Each subconsultant will have a contract with the consulting firm that includes all requirements and provisions
of the Retainer Contract. A subconsultant may not perform more than 49% of the work order or contract
amount. All subcontracts must be approved by SDDOT prior to execution of services.
H. Emergency Projects
For Emergency Projects, the SDDOT may waive the methods described above. If emergency selection of a
Consultant is needed and time is limited, the selection processes can be waived. Examples of this exception
would be where delay could put public safety at risk, or immediate action could prevent further damage to a
structure due to accidents or weather incidents. The Federal Highway Administration (FHWA) Emergency
Relief Manual outlines emergency declaration and consultant selection processes.
IV. CONSULTANT SELECTION
A. Basic Steps for Consultant Solicitation
When a SDDOT Manager decides to hire a Consultant, he or she determines the appropriate procurement
method. A PM is assigned to coordinate the project with a consulting firm. If used, the Proposal Review
Committee may assist the PM in the method utilized. This decision depends on factors such as project type,
anticipated consultant costs, environmental requirements, and complexity. It may involve consultation with
other offices on projects that may need to cover several categories of work.
One of the first steps involved in selecting a consultant is determining which category of service is the primary
work type for the project. A project may require road design, survey, roadway lighting, and environmental
coordination. The consultant category of service should be based on the majority of work to be completed.
Not all firms have the capability to perform all categories of service for a project, so they may need to
subcontract specific tasks to firms that are qualified.
Although SDDOT Managers have several different options to select a Consultant, the CFR requires the basic
steps which must be taken before a Consultant is selected. SDDOT PMs are required to develop a Scope of
Work and an estimated Consultant cost of services. This advance work by the PM helps them determine which
category of Consultant services to select, which selection method to use and anticipate the level of effort
required for completing the requested services.
CONSULTANT SERVICES MANUAL 2021
19
For LPA projects, a SDDOT PM assists the Local Public Agency to clarify and define their needed services. The
Scope of Work needs to include:
Tasks to be performed
Interim Completion dates
Deliverables
Final Completion dates
Equipment to be used
Any project specific criteria
Meetings
SDDOT commitments
Schedule
Local Public Agency commitments
Standards
The next step is to develop an independent cost estimate. The independent cost estimate documents SDDOT
performance of due diligence in establishing a fair estimated value for services and gives the SDDOT PM an
important baseline for negotiations with the Consultant. The estimate includes task descriptions, the skill level
job classification required to complete the task and an estimate of task hours. The independent cost estimate
will be used to assist in determining the contract procurement method used. The SDDOT PM develops an
independent estimate of the hours needed for each task.
Additionally, for Cost Plus Fixed-Fee Contracts, the SDDOT PM will identify the fixed fee percentage using DOT
FORM 924 in Appendix B, or as previously established by the Department for that work type. The fixed fee is a
sum established to cover the consultant’s profit and other business expenses not allowable or otherwise
included as a direct or indirect cost.
When trying to determine the correct tier to use, the PM must consider the potential effect of the range of
overhead rates in the industry. Overhead rates may vary from 75% to over 200%. A project that is projected
to cost $150,000 based on the estimated hours, will total $187,500 (Tier B) based on an overhead rate of
125%, but will total $300,000 (Tier C) based on an overhead rate of 200%.
A lower overhead rate may be accepted for use on a contract if submitted voluntarily by a consultant;
however, the consultant’s offer of a lower overhead rate shall not be a condition or qualification to be
considered for the work or contract award.
The PM must also consider the possibility of amendments to the work order when selecting the tier to use. If
the estimated cost is near the threshold for moving to the next tier, and there is a possibility of future
amendments due to unforeseen or missed scope items, the next higher tier should be selected.
If Federal-aid is involved in the consulting work, and the cap for a particular tier is exceeded, all of the Federal-
aid for that work will no longer be eligible. Consequences of exceeding the tier threshold limit will put Federal-
aid at risk.
If state funds are involved in the consulting work, and the cap for a particular tier is exceeded, the SDDOT
Division Director will approve or disapprove the exception to the policy.
The Consultant hired will routinely perform a minimum of 30% or more of the total work order cost which
gives them the ability to sub-contract up to 70% of the work. Exceptions to this may be granted by the Division
Director.
CONSULTANT SERVICES MANUAL 2021
20
Under very limited circumstances, non-competitive procurement may be used:
1. If a service is only available from a single source;
2. There is an emergency which will not permit the time necessary to conduct competitive negotiations;
or
3. After solicitation from several sources, competition is determined to be inadequate.
Contract costs may be negotiated in accordance with noncompetitive procedures; however, the allowability of
costs shall be determined in accordance with the Federal cost principles.
The PM will develop a preliminary cost estimate for the anticipated service required. Based on the initial
estimated cost (including all phases), the following contracting tier structure will be used:
B. Tier A
For consulting services less than $50,000 utilizing State funds, SDDOT PMs may use any consulting firm
they feel are qualified. A firm from the retainer contract may be selected. The PM should keep in
mind that the firm will need to provide adequate financial information including overhead rates, to
satisfy auditing requirements. State law designates the limit of $50,000 prior to the need for the
Request for Qualifications (RFQ) process for procuring professional services.
If Federal-aid is to be used, Federal Small Purchase Procedures (23 CFR 172.7) are to be followed. A
minimum of three firms are to be contacted, and their availability and qualifications are to be reviewed
and ranked.
When using Federal aid for Tier A projects, the allowability of costs shall be determined in accordance
with the Federal cost principles. The full amount of any contract modification or amendment that
would cause the total contract amount to exceed the established simplified acquisition threshold for
Federal-aid projects ($250,000) is ineligible for Federal-aid. The FHWA may withdraw all Federal aid
from a contract if it is modified or amended above the applicable established simplified acquisition
threshold.
The scope of work, project phases, and contract requirements cannot be broken down into smaller
components merely to permit the use of small purchase procedures.
These are normally very small contracts with unique work types. Appendix C, Small Purchase
Procedures, Federal aid (Tier A) has suggested forms to assist in compliance with Federal Small
Purchase Procedures.
CONSULTANT SERVICES MANUAL 2021
21
TABLE IV-A. TIER A PROCESS (LESS THAN $50,000)
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
Develop a scope of work for the project and independent cost estimate.
2.
Determine contract procurement based on funding:
a)
If Federal aid is to be used, comply with the federal requirements for small purchase
procedures. (23 CFR 172.7)
a.
Contact a minimum of three firms to:
i.
Determine their interest in working on the project
ii.
Determine if they have time available
iii.
Request a proposal that states their qualifications
b.
Select one of the firms to perform the work.
c.
Negotiate the number of hours required to perform the task.
d.
If a firm is selected from the existing consultant retainer contract, follow Table
V.A. WORK ORDER PROCESS-STATE PROJECTS or Table V.B. WORK ORDER
PROCESS-LPA PROJECTS.
e.
If selecting a firm that is not on the retainer contract, contact the Legal Office
for a contract to utilize.
f.
Once the contract or work order is signed, issue a Notice to Proceed.
b)
If state funds are to be used:
a.
Select a firm. The firm may be on the consultant retainer contract.
b.
Contact the firm to determine availability and interest and request a cost
proposal.
c.
Negotiate the hours required to perform the task.
d.
If a firm is selected from the existing consultant retainer contract, follow Table
V.A. WORK ORDER PROCESS-STATE PROJECTS or Table V.B. WORK ORDER
PROCESS-LPA PROJECTS.
e.
If selecting a firm that is not on the retainer contract, contact the Legal Office
for a contract to utilize.
f.
Once the contract or work order is signed, issue a Notice to Proceed.
CONSULTANT SERVICES MANUAL 2021
22
C. Tier B
In accordance with the SAT requirements in 48 CFR 36.602-5, the procedures noted below will be
followed: for work orders between $50,000 and $250,000, not to exceed $250,000, SDDOT PMs may
use the Tier B selection method from the RCL. If the SDDOT PM estimates the total contract amount
will be more than $250,000 depending on the overhead rate used, Tier C selection method should be
considered.
Below is an overview of the process and the steps a SDDOT PM would take to hire a Consultant using
the Tier B process.
TABLE IV-B. TIER B PROCESS ($50,000-$250,000)
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
Develop a scope of work for the project and an independent cost estimate to ensure that the
correct Tier is used.
2.
Determine which work type list will be utilized for the project based on the majority of work
to be completed.
3.
Review the work type list of firms. Select a firm from the list based on the firm’s workload
capacity, timeliness, cooperation, and willingness to comply with requirements, the
personnel qualifications needed for the project, are they working on other projects in the
area, re- evaluation of their qualifications, local presence if applicable (ex.: Construction
management), etc.
4.
Contact the selected firm via phone or email to ensure that they are available to do the
work, and that they are interested.
5.
Document in the work order file why the firm was chosen. This may be an email to the file,
or some other written documentation.
6.
LPA’s may select from the State list or the Local list of work types.
7.
Follow Table V.A. WORK ORDER PROCESS-STATE PROJECTS or Table V.B. WORK ORDER
PROCESS-LPA PROJECTS.
D. Tier C
For work orders between $250,000 and $750,000 not to exceed $850,000, SDDOT PMs may use the
Tier C selection method from the RCL. A minimum of three Consultants, provided three are available
and interested, are to be selected from the RCL. These Consultants are then invited to submit a
Statement of Interest. A Proposal Review Committee will evaluate and select a Consultant based on
the statements of interest and may include interviews. If SDDOT PMs and/or Local Government PMs
anticipate the contract amount will be more than $850,000, Tier D or E selection method must be
used.
Below is an overview of the process and the steps a PM takes to hire a Consultant using the Tier C
process.
CONSULTANT SERVICES MANUAL 2021
23
TABLE IV-C. TIER C PROCESS ($250,000-$750,000)
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
Develop a scope of work for the project and an independent cost estimate.
2.
Prepare a list of Proposal Review Committee Members for approval by the Program Manager
or Area Engineer. One of the members shall be from outside the program or Area. If the
project is an LPA project, a representative from the LPA is considered the person from
outside the program.
3.
Assemble the Proposal Review Committee.
PROPOSAL REVIEW
COMMITTEE
1.
Choose at least three prequalified firms on the RCL in the appropriate work category. This
may be done by an in-person meeting, conference call, or videoconference.
2.
LPA’s may select from the State list or the Local list of work types.
3.
Determine deadline for SOI submittal.
4.
Determine if interviews will be needed.
5.
Modify the Ranking Criteria for SOI, as shown in Appendix D, for the project. The committee
determines the amount of information they want the consultant to supply, in order for them
to make a decision.
SDDOT PROJECT
MANAGER
1.
Prepare a Request for a Statement of Interest Form as shown in Appendix E.
2.
Email to the firms selected using the format shown in Appendix F Email SOI Invitation to
Consultants. Include the Ranking Criteria.
CONSULTANT
1.
Determine if you are interested in submitting an SOI. If not interested, email the SDDOT PM
letting them know of your decision.
2.
If interested, submit a Statement of Interest to the SDDOT by the specified due date
electronically. The SOI shall include:
a.
Complete the SOI Cover Form as shown in Appendix G. This form may be on the
Prime Consultant’s letterhead.
b.
Include a Technical Letter of no more than 2 pages (8 ½” x 11”) of information about
the firm’s interest, qualifications, abilities, and availability to complete the proposed
project. Address the Technical Letter to the SDDOT PM.
c.
Include a one-page Project Experience Chart and References.
d.
Include a list of personnel who will be part of the project team, as shown in
Appendix S Proposed Key Personnel to Be Used on SDDOT Project Form. The
Consultant is agreeing to make the personnel available to complete the work on the
work order at whatever level the project requires.
SDDOT PROJECT
MANAGER
1.
Any SOI received after the deadline will be considered non-responsive and will be
disqualified.
2.
Distribute the SOI information received from the Consultants to the Proposal Review
Committee. Include the ranking information.
3.
Set a meeting date to discuss.
PROPOSAL REVIEW
COMMITTEE
1.
Rank the SOI information prior to the meeting.
2.
Participate in the consultant selection process.
3.
Determine whether interviews will be required. If interviews are to be used, complete
Appendix A Consultant Interview Format Worksheet. The SDDOT PM will then
schedule interviews with the firms.
4.
Select a Consultant for the project. Selection may be by SBC
CONSULTANT SERVICES MANUAL 2021
24
SDDOT PROJECT
MANAGER
1.
Notify the Consultants who sent SOIs regarding, who was selected for the project.
2.
Write a work order for the project according to Table V-A or V-B.
3.
Maintain copies of all documents associated with the consultant selection for not less than 3
years from the approval date of the final voucher with FHWA for the final work order under
each retainer contract.
E. Tier D
For work orders greater than $750,000, SDDOT PMs must use the Tier D selection method from the
RCL. All firms on the retainer contract for a particular work type will be invited to submit a Statement
of Interest. Based on the SOIs received, the Proposal Review Committee will evaluate and select a
minimum of three Consultants for a Request for Proposal. An RFP as shown in Appendix H will be
emailed to the selected firms. The Proposals will be ranked by the Proposal Review Committee.
Interviews may be conducted.
Although the work order will be with the consultant, proposal evaluations must consider the
qualifications of the consultant and any sub-consultants identified within the proposal with respect to
the scope of work and established criteria.
Below is an overview of the process and the steps a PM takes to hire a Consultant using the Tier D
process.
CONSULTANT SERVICES MANUAL 2021
25
TABLE IV-D. TIER D PROCESS (GREATER THAN $750,000)
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
Develop a scope of work for the project and an independent cost estimate.
2.
Prepare a list of proposed Proposal Review Committee Members for approval by the
Program Manager or Area Engineer. One of the members shall be from outside the
program or Area. If the project is an LPA project, a representative from the LPA is
considered the person from outside the program.
3.
Assemble the Proposal Review Committee.
4.
Prepare a Request for a Statement of Interest Form as shown in Appendix E.
5.
Modify the Ranking Criteria for SOI, as shown in Appendix D, for the particular project.
6.
Email a Request for Statement of Interest to all firms in that particular work category on the
retainer contract, using the format shown in Appendix F. Include the Ranking Evaluation
Criteria.
CONSULTANT
1.
Determine if you are interested in submitting a SOI. If not interested, email the SDDOT PM
letting them know of your decision.
2.
If interested, submit a SOI to the SDDOT by the specified due date electronically. The SOI
shall include:
a.
Complete the SOI Cover Form as shown in Appendix G. This form may be on the
Prime Consultant’s letterhead.
b.
Include a Technical Letter of no more than 2 pages (8 ½” x 11”) of information about
the firm’s interest, qualifications, abilities, and availability to complete the proposed
project. Address the Technical Letter to the SDDOT PM.
c.
Include a one-page Project Experience Chart and References.
d.
Include a list of personnel who will be part of the project team, as shown in
Appendix S Proposed Key Personnel to Be Used on SDDOT Project Form. The
Consultant is agreeing to make the personnel available to complete the work on the
work order at whatever level the project requires.
SDDOT PROJECT
MANAGER
1.
Any SOI received after the deadline will be considered non-responsive and will be
disqualified.
2.
Distribute the SOI information received from the Consultants to the Proposal Review
Committee. Include the ranking information.
3.
Set a meeting date to discuss.
PROPOSAL REVIEW
COMMITTEE
1.
Rank the SOI information prior to the meeting.
2.
Participate in the consultant selection process.
3.
Determine the top three firms who will be sent an RFP. More may be utilized at the
discretion of the committee. Selection may be SBC
SDDOT PROJECT
MANAGER
1.
Notify the firms who were not selected.
2.
Prepare an email as shown in Appendix I Email RFP Invitation to Consultants for the firms that
were selected to submit an RFP.
3.
Prepare an RFP as shown in Appendix H Request for Proposal. Review the ranking criteria to
be used and adjust the ranking criteria and points. Firms will be ranked on the following
criteria at a minimum:
a.
Experience.
b.
Past performance evaluations, if available.
c.
Quality of past work.
CONSULTANT SERVICES MANUAL 2021
26
d.
Personnel qualifications.
e.
Ability to perform work within time constraints.
f.
Organization and approach to accomplishing the assignment.
g.
Local presence if applicable.
h.
Professional licensure if applicable.
4.
Send email along with RFP and ranking criteria to selected firms.
5.
Include all the following in the RFP:
a.
A statement that firms must furnish sufficient evidence of competence in services
they wish to provide.
b.
Blank copy of the prequalification form, DOT-925 as shown in Appendix P.
c.
Ranking criteria list.
d.
Deadline for receiving applications.
CONSULTANT
1.
Determine if you are interested in submitting a Proposal. If not interested, email the
SDDOT PM letting them know of your decision.
2.
If interested, submit a Proposal to the SDDOT by the specified due date electronically.
SDDOT PROJECT
MANAGER
1.
Any Proposal received after the deadline will be considered non-responsive and will be
disqualified.
2.
Distribute the Proposal information received from the Consultants to the Proposal Review
Committee. Include the ranking information.
3.
Set a meeting date to discuss.
PROPOSAL REVIEW
COMMITTEE
1.
Review and rank proposals.
2.
Determine if interviews with the consulting firms will be needed. If interviews are to
be used, complete Appendix A Consultant Interview Format Worksheet.
3.
Select a consultant. Selection may be SBC.
SDDOT PROJECT
MANAGER
1.
Notify the consultants who submitted RFPs regarding who was selected for the project.
2.
Write a work order for the project according to Table V-A or V-B.
3.
Maintain copies of all documents associated with the consultant selection for not less than 3
years from the approval date of the final voucher with FHWA for the final work order under
each retainer contract.
CONSULTANT SERVICES MANUAL 2021
27
F. Tier E
For special or non-typical projects, regardless of estimated costs; the PM may use an independent Request for
Proposal (RFP) process separate from the retainer contract list. In accordance with SDCL 5-18D-17 to SDCL 5-
18D-22, an RFP for professional services must be submitted to the Bureau of Administration OPM for
publication on its electronic procurement system. In addition to the state statute, federal procurement laws
and regulations apply to the SDDOT when using Federal aid.
The Standard RFP provides the Consultant opportunity for more in-depth discussion of the RFP criteria, project
approach, qualifications and capabilities of the team, and relevant project experience. The Selection Team
scores the Proposal and selects the highest ranked firm with or without an interview.
When starting the RFP process several items need to be prepared. These include:
An independent Cost Estimate Authorization of Funding Request (DOT 292) if needed
Confirmation the Project Cost Estimate is current and updated for the project, including
information such as project number and description, funding source (Federal, State, Local or
other)
Anticipated contract completion date
Full Scope of Work for inclusion in the RFP
Proposed Proposal Review Committee members
Although the contract will be with the consultant, proposal evaluations shall consider the qualifications
of the consultant and any sub-consultants identified within the proposal with respect to the scope of
work and established criteria.
Below is an overview of the process and the steps a PM takes to hire a Consultant using the Tier E
process.
CONSULTANT SERVICES MANUAL 2021
28
Table IV-E. TIER E REQUEST FOR PROPOSALS
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
Develop a scope of work for the project and an independent cost estimate.
2.
Prepare a list of Proposal Review Committee Members for approval by the Program Manager
or Area Engineer. One of the members shall be from outside the program or Area. If the
project is an LPA project, a representative from the LPA is considered the person from outside
the program.
3.
Prepare an estimated schedule for the procurement process and establish a submittal deadline
for responses to the RFP that provides sufficient time for interested consultants to receive
notice, prepare, and submit a proposal, which except in unusual circumstances shall be not less
than 14 calendar days from the date of issuance of the RFP.
4.
Assemble the Proposal Review Committee.
PROPOSAL REVIEW
COMMITTEE
1.
Prepare a Request for Proposal Form as shown in Appendix H. This may be used as a starting
point and additional information should be added to clarify the nature of the RFP.
2.
Review the ranking criteria to be used and adjust the ranking criteria and points, included also
in Appendix D Firms may be ranked on the following criteria:
a.
Expertise, capabilities, and technical competence.
b.
Resources available and workload capacity.
c.
Past performance.
d.
Quality of past work.
e.
Personnel qualifications and staff capabilities.
f.
Ability to perform work within time constraints.
g.
Organization and approach to accomplishing the assignment.
h.
Local presence if applicable (not to exceed 10% of the total evaluation).
i.
Proposed project management techniques or technical approach.
j.
Professional licensure if applicable.
3.
The participation of qualified and certified Disadvantaged Business Enterprise (DBE) sub-
consultants may be used as a nominal evaluation criterion where appropriate. The use of
quotas or exclusive set-asides for DBE consultants is prohibited, as specified in 49 CFR 26.43
SDDOT PROJECT
MANAGER
1.
Include all the following in the RFQ and advertising text:
a)
A statement that firms must furnish sufficient evidence of competence in services they
wish to provide.
b)
Blank copy of the prequalification form, DOT-925 as shown in Appendix P.
c)
Ranking criteria list.
d)
Deadline for receiving applications.
2.
Fill out the Bureau of Administration, OPM request for proposal template with the same
information used in the email and newspaper advertisements, plus the procedures for
solicitation and award of the contract.
3.
Submit the completed OPM document to the Assistant Director at the (OPM).
4.
Email the RFP to firms on the Retainer Contract qualified under a similar work category, and
other firms who may be interested, using the format shown in Appendix I. Include the Ranking
Evaluation Criteria, as shown in Appendix D.
5.
In addition to emailing the RFP, advertise the SDDOT’s interest in obtaining professional
services in at least five major South Dakota newspapers at least once a week for two weeks.
Allow a minimum of three weeks from advertisement date to due date for proposal
information. It is recommended that advertisements in national publications be utilized also.
CONSULTANT SERVICES MANUAL 2021
29
CONSULTANT
1.
Prepare a proposal for the work as specified in the RFP.
2.
Include the DOT-925 form.
3.
Submit by the deadline to the SDDOT PM.
SDDOT PROJECT
MANAGER
1.
Any Proposal received after the deadline will be considered non-responsive and will be
disqualified.
2.
Distribute the Proposal information received from the Consultants to the Proposal Review
Committee. Include the ranking information.
3.
Set a meeting date to discuss.
PROPOSAL REVIEW
COMMITTEE
1.
Review and rank proposals.
2.
Determine if interviews with the consulting firms will be needed. Normally the top 3
ranked firms are contacted and offered an opportunity to interview. Additional firms may
be contacted.
3.
Select a Consultant. Selection may be SBC.
SDDOT PROJECT
MANAGER
1.
Organize the interviews, if needed.
2.
Notify the Consultants regarding who was selected for the project.
3.
Contact the Legal Office for a contract to utilize.
4.
Prepare as detailed of scope as possible, so that the Consultant can prepare a cost-effective
proposal.
5.
Prepare a technical analysis of an estimate of the hours required to complete the tasks.
6.
Include the following in the technical analyses:
a.
Types of labor required.
b.
Number of work hours for each type of labor.
c.
Acceptable fixed fee range.
7.
Determine an acceptable fixed fee percentage using Derivation of Profit worksheet Form DOT-
924 as shown in Appendix B. Do not exceed 15%. Comply with the following instructions:
a.
For Planning and Engineering Division projects, utilize DOT-924:
b.
For Operations Division projects:
1)
For contracts under $10,000, the rate may be negotiated up to 15%.
2)
For contracts between $10,000 and $50,000, use a fixed fee of no more than 12%.
3)
For contracts over $50,000, negotiate a lesser rate of 10% but not more than
12%.
4)
Take into account the size, complexity, duration and degree of risk involved in the
work.
5)
For projects that are unique or complex with a higher consultant risk factor, the
rate also may be negotiated up to 15%.
8.
Request a cost proposal from the Consultant. An example of a cost proposal is shown in
Appendix J Consultant Work Order Cost Breakdown or available in spreadsheet format as Form
DOT-918.
9.
Retain all documents for the solicitation, proposal, evaluation, and selection of the consultant
for not less than 3 years from the approval date of the final voucher with FHWA.
SDDOT SENIOR
ACCOUNTANT IN
PROJECT
DEVELOPMENT
1.
Prepare Form DOT-292 and submit it to FHWA for approval if federal funds are to be utilized.
2.
Post the DOT-292 on C2C when it is approved.
SDDOT PROJECT
1. If SDDOT’s estimate of the hours for work types differs significantly from the Consultant’s
proposal, review and possibly revise the technical analyses, or negotiate with the Consultant to
CONSULTANT SERVICES MANUAL 2021
30
MANAGER
revise the proposal. A revision of the technical analyses can consist of crossing out and
overwriting some areas.
2.
Document negotiations and include the resources considered by the negotiator.
3.
If an acceptable price and scope of work cannot be negotiated with the first firm, solicit a cost
proposal from your second choice and repeat previous steps.
4.
If an acceptable price and scope of work are obtained, complete the contract as developed by
the Legal Office.
5.
Make sure the contract contains the following:
a.
Direct labor hours and rates by classification and/or employee.
b.
Overhead, based on direct labor total.
c.
Fixed Fee rate
d.
Cost of money based on direct labor total.
e.
Maximum limiting fee.
f.
Other direct costs based on substantiated rates or actual costs.
g.
Contract completion dates.
6.
For construction engineering services, do not give the contractor’s completion date as the
completion date, because the Consultant must complete paperwork, etc. after the contractor
is done. Provide a realistic date when the Consultant firm will be able to complete the work.
Consider construction schedules and the potential of additional work due to issues during
construction.
7.
The SDDOT may or may not include a small contingency of not more than 5%. This will allow
a contract encompassing two or more years, to include a cost-of-living increase.
8.
Verify that subcontracts meet the following requirements:
a.
Adheres to the same federal requirements as the agreements for consultant
services and work orders.
b.
Is supported by cost breakdowns at the same level of detail as that required for
the initial work order and/or amendments.
c.
Is work that was already in the technical analysis.
9.
For fixed-fee subcontracts, a subcontracting firm must submit their labor and overhead rates to
Audits for approval prior to the contract execution.
10.
The signature blocks on the contract must comply with the Delegation of Authority Policy
signature limits on contract amounts.
11.
Send two copies of the contract to the firm for signature; or email the contract to them and
request that they print two copies, sign them, and return them to your office. They may also
sign their agreement and scan and send electronic pdf to SDDOT PM. Electronic signatures
may be utilized.
12.
Retain negotiation documentation for not less than 3 years from the approval date of the final
voucher with FHWA for Federal-aid projects, or the final payment for state funded projects, as
required by the CFR and the SDDOT Records Retention and Destruction Schedule.
CONSULTANT
1.
Review the contract and sign two copies.
2.
Return both copies to the SDDOT PM.
SDDOT PROJECT
MANAGER
Prepare a Form DOT-121 Agreement and Work Order Cover Sheet and forward it along with the 2
copies of the contract to the Finance Office.
CONSULTANT SERVICES MANUAL 2021
31
FINANCE
CONTRACT
ADMINISTRATOR
Log in the agreement and send it to Audits.
AUDITS
Review and sign the Form DOT-121 Agreement and Work Order Cover Sheet as shown in
Appendix R and return it to Finance.
FINANCE
CONTRACT
ADMINISTRATOR
Send the agreements to the appropriate staff for signature.
SDDOT
MANAGEMENT
Sign the agreements and return them to Finance.
FINANCE
CONTRACT
ADMINISTRATOR
1.
Assign an agreement number.
2.
Initial and date the Form DOT-121 Agreement and Work Order Cover Sheet.
3.
Scan the agreement and DOT-121 form into File Director DOT-043.
4.
Retain the original DOT 121 form and one of the original agreements in the Finance Office.
5.
Return one original agreement and a copy of the DOT-121 form to the SDDOT PM.
SDDOT PROJECT
MANAGER
1.
Mail one original agreement to the consulting firm along with a Notice to Proceed.
2.
Do not increase the maximum limiting fees unless there is a change in the scope of work.
CONSULTANT SERVICES MANUAL 2021
32
V. WORK ORDERS AND TASK ORDERS
Work Orders and Task Orders for specific projects can be written using the Consultant Retainer Contract.
Work orders are written by SDDOT staff and Task Orders may be written by LPAs.
In order for preliminary engineering work items to be eligible for federal-aid reimbursement, they must show
up in the Statewide Transportation Improvement Plan. However, the majority of preliminary engineering
design and survey work is performed using state funds. Most construction activities are performed using
federal funds. Verification of whether federal funds are to be used can be obtained on Concept to Contract
(C2C) under the Fund Source Summary.
Expectations of services provided by consultants, i.e., standards, plan preparation, technical requirements,
compliance, errors, and omissions, for example, are clearly noted in the consultant retainer contract. Work
orders or task orders are written by DOT PMs or LPAs with those expectations in mind. It is expected that
consultant personnel are aware of the expectations in the consultant retainer contract as well as that noted in
the work order.
WORK ORDERS
CONSTRUCTION MISCELLANEOUS
Some LPA design work orders may include the item “Construction Miscellaneous”. This is a safety net item
for unforeseen issues during construction that the design consultant is called on to assist with. These
issues may occur as a result of construction problems, field conditions, and other unforeseen issues during
construction. Services requested will be on an as needed basis and the consultant is required to respond in
a timely manner based on the urgency of the request. This is not to be used for errors and omissions. This
does not include revision of plan sheets and redesign. The purpose of Construction Miscellaneous is to
provide enough funds to get small issues taken care of or buy time until a work order can be written for
large issues.
The standard allowance for Construction Miscellaneous is 20 hours, but no more than $5,000. The
Construction Miscellaneous amount is not included on the DOT 917 form but is included in the consultant’s
design work order cost breakdown. If no design issues arise, the funds for this scope item, and
corresponding fixed fee, will not be paid to the consultant. If the design consultant’s services are required,
communication between the Area office personnel, DOT Bridge Construction Engineer, the contractor
and/or design consultant will more than likely occur. Documentation (could be an email chain) is needed
and should include: the specific request of what the consultant is being asked to do (could be an
explanation of what happened in the field to cause issues), the date of request, and who is requesting the
additional work (i.e., DOT personnel). It will be the responsibility of the consultant to supply the noted
documentation to the LGA office along with the design work order billing information to receive
reimbursement.
When these additional design services are required on LPA projects during construction, LGA personnel
will add CM to the work order number on the voucher.
CONSULTANT SERVICES MANUAL 2021
33
Costs for this section shall be shown separately on the cost proposal and shall not be included with the
total estimated cost for the rest of the scope of services. The overall completion date of the work order
shall be one year after the proposed bid letting date. The overall completion date may be adjusted for
projects that are expected to extend through two construction years.
NOTICE TO PROCEED Verbal Notification
Notice to proceed on work orders can be made in a variety of ways. While we tend to use the term
“verbal notification”, there is usually an email or letter noting that the consultant can proceed with the
services required and that which we have agreed to. The date indicated on the email or letter signifies
that the required services, after that date, will be included in the work order and ultimately be paid for.
Sometimes, time is of the essence and the consultant will want to get started right away, without a signed
work order in place. The verbal notice to proceed allows that. Payment for the work cannot occur
though until a signed work order is in place.
The following paragraph must be included in the email or letter:
The following provision applies to the work order executed by the parties. It is
understood and agreed between the parties that certain work may have been
performed by the consultant before this work order was approved. It is the
intent of the parties that the consultant performs this work and be paid in
accordance with the work order. In light of the foregoing, the parties hereto
ratify the services of the consultant which may have been performed during the
period of time between the verbal notice to proceed date and the work order
signature dates. The parties agree that the consultant will be paid for the
services which were performed in relation to the work order listed and in
accordance with the terms of Agreement Number XXX. The effective date of this
notice is XXX.
AMENDMENTS TO WORK ORDERS
CHANGE OF SCOPE OR ADDITIONAL WORK
Over the course of the work order, there will be times when an amendment to change the scope of
work or add additional work will occur. This occurs all the time on construction projects and is
addressed through Construction Change Orders (CCO’s). Design work is no different. Changes will
occur or come up due to unforeseen circumstances when the original work order scope was written.
A detailed understanding, by the consultant and the DOT PM, of the original scope requirements is
required. Good justification for the change or additional work for an amendment will be required by
the consultant and agreed to by the originator of the work order when this occurs.
AUTHORIZATION OF ADDITIONAL WORK Verbal Notification
If work is completed out of scope, or without a scope and prior to any amendment or Work Order
Notice to Proceed being issued, there is a process to recoup the costs as long as a verbal notice was
given by the DOT prior to the work being done and all parties are in agreement. The use of this type
CONSULTANT SERVICES MANUAL 2021
34
of amendment or work order should be rare and must contain the following items:
Explanation of Amendment Contents:
Background and dates of when the verbal approval was given and when the work was done.
(Why was it not possible to get this done in advance? “due to construction being underway,
we forgot to get this work order or amendment in place.)
Discussion on the limiting amount and the fact that all three parties are in agreement. In this
case the work was out of scope and money.
Review and approval of hours ONLY. Prior to any billings, hours have to be reviewed and
approved by the originating office.
Example:
AMENDMENT #6
PROJECT NN-NNN 1234(0), PCN 12NN, Name of County
JDOE Engineering AGREEMENT # 1234567 WORK ORDER LGA-123-45
A timber structure was originally selected for this site for aesthetic reasons due to its
location in this area and its close proximity to this site. During early June of 2021 John
Smith (DOT/Local Transportation Programs), Jane Doe (JDOE Engineering) and Joe
Johnson (Some County) discussed the fact that the estimates showed that a timber
structure at this location was going to be too expensive. At the beginning of June 2021,
John gave verbal approval to Doe to rework the design for a more feasible continuous
concrete structure. This work was performed between 6/10/21 and 12/29/21. Towards
the end of 2021, the 3 discussed the desire by the county to try and add some aesthetics
to the concrete structure. At the beginning of December 2021 John Smith gave verbal
approval to Doe to prepare architectural renderings, which required an additional bit of
survey.
The limiting amount of the structure portion of the work order, funded by federal bridge
funds, was not discussed at this time. All parties thought that there was sufficient
funding left in this portion of the work order to accomplish the work. In actuality, the
bridge portion of the work order was out of funds. All 3 parties are in agreement that
this work was necessary for the project and was verbally approved by the DOT prior to its
start. In addition, it is agreed by all parties that the limiting amount be increased to cover
these past costs, as verbally pre-approved by John Smith.
The LGA acceptable range of hours for this specific redesign of the structure from timber
to continuous concrete is 90 to 120 hours. JDOE Engineering submitted a proposal of 98
hours for this work, which is within range.
The LGA acceptable range of hours for these specific architectural renderings, including
associated survey is 40 to 60 hours. JDOE Engineering submitted a proposal of 39 hours
for this work, which is just below range.
JDOE Engineering, LGA, and the county, based on the reasons above, are proceeding with
an amendment to cover the noted work. Changes are as follows:
CONSULTANT SERVICES MANUAL 2021
35
Fixed fee will increase from $988.53 to $1,848.37 ($509.84 6/21-11/21 + $350
12/21 7/22 increase = $859.84 Total)
Maximum limiting amount will increase from $10,108.22 to $17,985.58 ($2,384.27
6/21-11/21 + $5,493.09 12/21 7/22 increase = $7,877.36 Total)
Overall Completion Date of 10/1/22 will remain unchanged. This project is
currently on hold until the completion of an Environmental Impact Study (EIS). A
time extension will be submitted to change all dates once the EIS is complete as the
EIS could change the project scope and timing significantly.
TIME EXTENSIONS
There will be situations where time extensions on work orders will be needed, i.e., the work is not done
by the completion date noted in the work order or on the DOT-121. For example, on a construction
project, even though the final completion date has passed, we still expect the contractor to finish
constructing the bridge. The amendment for a time extension can be done for any number of reasons,
but it is still tied to the original work order. While time extensions should be done prior to the work order
completion date expiring, there are times when it has expired and there is still work to complete. When
this occurs, the following paragraph must be included in the amendment letter or email:
It is understood and agreed between the parties that certain work was
performed by the consultant before this amendment was approved. Further, it
was the intent of the parties that the consultant performs this work and be paid
in accordance with the contract. In light of the foregoing, the parties hereto
ratify the acts of the consultant which may have been performed during this
period of time and agree to pay for his services which were performed. The
effective date of this amendment shall be ORIGINAL OVERALL COMPLETION
DATE with an overall completion date of NEW OVERALL COMPLETION DATE.
A time extension example letter can be found in Appendix U, page 122.
CONTRACT ADMINISTRATION, INSPECTION AND TESTING CHANGE OF SCOPE AND TIME EXTENSIONS
Work orders written specifically for contract administration, inspection and testing in the field for
construction projects are largely dependent on the contractor’s schedule and construction processes.
Hours are estimated for the work order, but when the contractor’s operation isn’t efficient, or issues arise
that may impact the time associated with inspecting the work or testing materials on the project, an
amendment may be needed to increase hours to accommodate the efforts and meet DOT expectations
for this type of work. The field personnel, who have written the original work order, know best when
these types of situations arise and will work with the consultant to determine additional time to add to
the work order. The work needs to be completed. Liquidated damages are used on construction projects
to recoup the costs associated with not meeting contract completion dates.
If additional work is required by the consultant that wasn’t in the original work order, the field office will
provide justification for that additional work which will be included in the amendment.
CONSULTANT SERVICES MANUAL 2021
36
TASK ORDERS
The LPAs may write a task order under the state’s retainer contract, even though they are not a party to the
contract. The task order must reference the retainer contract number.
Task Orders are primarily used by LPAs during emergency events when Federal aid is to be used to reimburse
the LPA for their engineering expenses. They are used by the LPA to ensure that the federal processes are
followed, and the engineering expenses will be eligible for reimbursement.
Task Orders may be used by LPAs for other instances when Federal aid is involved, and they wish to ensure
compliance with the federal consultant contracting procedures.
CONSULTANT SERVICES MANUAL 2021
37
TABLE V-A. WORK ORDER PROCESS STATE PROJECTS
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
Confirm that there is an agreement with the consulting firm in that work category by
checking the consultant retainer data base or SDDOT website.
2.
Follow the selection procedure for the Tier A, B, C or D process.
3.
Verify with the Consultant that they are available and willing to work on the project.
4.
Prepare as detailed a scope of work as possible, so that the Consultant can prepare a
cost-effective proposal. Include a project schedule, interim dates, milestone dates and
overall completion date.
5.
Send the Consultant a copy of the draft scope and have them verify that the description
covers the work as they understand it and have them propose modifications if needed.
CONSULTANT
1.
Review the draft scope of work and redline as appropriate for work items that may have
been missed or to add further clarification.
2.
Return to the SDDOT PM. (This may take several cycles until the scope is agreed to.)
SDDOT PROJECT
MANAGER
1. Once the scope of work is final, prepare a technical analysis of an estimate of the hours
required to complete the tasks. The technical analysis may be prepared by delegated
staff.
1.
Include the following in the technical analyses:
Types of labor required.
Number of work hours for each type of labor.
Acceptable fixed fee range.
2.
Determine an acceptable fixed fee percentage using Derivation of Profit worksheet Form
DOT-924 as shown in Appendix B. Do not exceed 15%.
3.
For Operations Division projects:
a.
For contracts under $10,000, the rate may be negotiated up to 15%.
b.
For contracts between $10,000 and $50,000, use a fixed fee of no more than 12%.
c.
For contracts over $50,000, negotiate a lesser rate of 10% but not more than 12%.
d.
Take into account the size, complexity, duration and degree of risk involved in the work.
e.
For projects that are unique or complex with a higher consultant risk factor, the rate also
may be negotiated up to 15%.
5. Request a cost proposal from the Consultant. An example of a cost proposal is shown in
Appendix J or available in spreadsheet format as Form DOT-918.
CONSULTANT
Prepare a cost proposal in a spreadsheet format as shown in Appendix J. Include:
Direct labor hours and rates by classification and/or employee.
Overhead, based on direct labor total.
Fixed Fee.
Cost of money based on direct labor total.
Maximum limiting fee.
Other direct costs, based on substantiated rates or actual costs.
CONSULTANT SERVICES MANUAL 2021
38
SDDOT PROJECT
MANAGER
When the approximate cost of the work order is known and when Federal-aid is to be used to pay
for the consulting services, notify the Senior Accountant in Project Development that internal
forces will not be used for the project design by emailing an electronic copy of the Form DOT-121
as shown in Appendix R, and draft work order so that the Form DOT-292 can be submitted to
FHWA. Work cannot begin on the project until the DOT-292 is approved by FHWA.
For Construction inspection work done by consultants, waiting for the approved DOT-292 prior to
issuing the Notice to Proceed is not required.
SDDOT SENIOR
ACCOUNTANT IN
PROJECT
DEVELOPMENT
1.
Prepare Form DOT-292 and submit it to FHWA for approval when federal funds are to be
used.
2.
Post the DOT-292 on C2C when it is approved and notify the SDDOT Project Manager.
SDDOT PROJECT
MANAGER
1.
If SDDOT’s estimate of the hours for work types differs significantly from the Consultant’s
proposal, review and possibly revise the technical analyses, or negotiate with the Consultant
to revise the proposal. A revision of the technical analyses can consist of crossing out and
overwriting some areas.
2.
Document negotiations and include the resources considered by the negotiator.
3.
Retain negotiation documentation for not less than 3 years from the approval date of the
final voucher with FHWA for the final work order under each retainer contract, as required by
the CFR and the SDDOT Records Retention and Destruction Schedule.
4.
If an acceptable number of hours and scope of work cannot be negotiated with the first firm,
solicit a proposal from your second choice and repeat previous steps.
5.
If an acceptable number of hours and scope of work are obtained, prepare a Work Order
Form DOT-917A as shown in Appendix K, using information in the instructions tab.
6.
Make sure the work order contains the following:
a.
Direct labor hours and rates by classification and/or employee.
b.
Overhead, based on direct labor total.
c.
Fixed Fee
d.
Cost of money based on direct labor total.
e.
Maximum limiting fee.
f.
Other direct costs based on substantiated rates or actual costs.
g.
Work order completion dates.
h.
Insurance Dates
7.
Function coding for the charge number can be found on the intranet in the checker file under
Function Numbers.
Frequently used function numbers include:
a.
3001 Consultant Environmental Engineering
b.
3011 Consultant Design Engineering
c.
3011 Consultant Surveying
d.
3489 Consultant Construction Roadway Contract Administration, Inspection
& Testing
e.
3490 Consultant Construction Bridge Contract Administration, Inspection & Testing
f.
3616 Planning Contracts
8.
For construction engineering services, do not give the contractor’s completion date as the
completion date, because the Consultant must complete paperwork, etc. after the contractor
is done. Provide a realistic date when the Consultant firm will be able to complete the work.
CONSULTANT SERVICES MANUAL 2021
39
9.
The SDDOT may or may not include a small contingency of not more than 5%. This will
allow a contract encompassing two or more years, to include a cost-of-living increase.
10.
Verify that subcontracts meet the following requirements:
a.
Adheres to the same federal requirements as the agreements for Consultant
services and work orders.
b.
Is supported by cost breakdowns at the same level of detail as that required for the
initial work order and/or amendments.
c.
Is work that was already in the technical analysis.
11.
A subcontracting firm is not required to be on the retainer list. They should submit their
labor and overhead rates to Audits for approval prior to the work order execution. For small
subcontracts (less than $5,000) the subcontract may be Lump Sum and not require labor and
overhead rates.
12.
The signature blocks on the DOT 917A form must comply with the Delegation of Authority
Policy signature limits on work order amounts.
13.
Assign the next work order number from your office work order list
14.
Send the work order to the firm for signature; or email the work order to them and request
that they print a copy, sign, and return to your office.
CONSULTANT
1.
Review the work order and sign.
2.
Return the work order to the SDDOT PM.
SDDOT PROJECT
MANAGER
1.
When the work order is returned by the Consultant, sign and execute the work order if
appropriate, or circulate for signature.
2.
Mail or email a Notice to Proceed to the Consultant along with a scanned copy of the
signed original of the work order. If Federal-aid is to pay for the work order items, ensure
that a signed DOT-292 form has been received from FHWA prior to issuing the Notice to
Proceed. A Notice to Proceed may be given verbally, followed by written documentation
such as an email, within 48 hours of the time verbal approval was given.
3.
Complete a DOT-121 form for each work order following the information in the instructions
tab.
4.
A complete work order includes:
a.
Notice to Proceed Letter
b.
Signed DOT-917 Form
c.
Scope of Service, including Overall Completion Date
d.
Cost Estimate
e.
Signed subcontract (if applicable)
f.
Cost estimate for subcontractor (if applicable)
5.
Distribute sets of the work order, DOT-121 and Notice to Proceed as follows:
a.
The signed original work order, original DOT-121 and a copy of the Notice to
Proceed is sent to Audits
b.
One copy of the work order, DOT-121, and Notice to Proceed is retained by the
consultant.
c.
One copy of the work order, DOT-121, and Notice to Proceed is sent to
the originating
office.
CONSULTANT SERVICES MANUAL 2021
40
TABLE V- B. WORK ORDER PROCESSLPA PROJECTS
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
After confirming with the LPA which Consultant from the retainer list they wish to utilize on
their project, verify with the Consultant that they are available and willing to work on the
project.
2.
Follow the selection procedures for the Tier A, B, C or D process.
3.
Prepare as detailed a scope of work as possible, so that the Consultant can prepare a
cost-effective proposal. Include a project schedule, interim dates, milestone dates and
overall completion date.
4.
Send the Consultant a copy of the draft scope and have them verify that the description
covers the work as they understand it and have them propose modifications if needed.
CONSULTANT
1.
Review the draft scope of work and redline as appropriate for work items that may have
been missed or to add further clarification.
2.
Return to the SDDOT PM.
(This may take several cycles until the scope is agreed to.)
SDDOT PROJECT
MANAGER
1.
Once the scope of work is final, prepare a technical analysis of an estimate of the hours
required to complete the tasks.
2.
Include the following in the technical analyses:
a.
Types of labor required.
b.
Number of work hours for each type of labor.
3.
Determine an acceptable fixed fee percentage using Derivation of Profit worksheet Form
DOT-924 as shown in Appendix B, and/or the Allowable Maximum Fixed Fee Rate Chart for
Local Government Projects. Do not exceed 15%. For work orders for unique, complex
projects with a higher consultant risk factor, the rate also may be negotiated up to 15%.
4.
Request a cost proposal from the Consultant. An example of a cost proposal is shown
in Appendix J or available in spreadsheet format as Form DOT-918.
CONSULTANT
Prepare a cost proposal in a spreadsheet format as shown in Appendix J. Include:
Direct labor hours and rates by employee and classification.
Overhead, based on direct labor total.
Fixed fee based on direct labor plus overhead total.
Cost of money based on direct labor total.
Other direct costs based on substantiated rates or actual costs.
Maximum limiting amount.
SDDOT PROJECT
MANAGER
When the approximate cost of the work order is known and when Federal-aid is to be used to pay
for the consulting services, notify the Senior Accountant in Project Development that internal
forces will not be used for the project by emailing an electronic copy of the Form DOT-121 and
draft work order so that the Form DOT-292 can be submitted to FHWA. Work cannot begin on
the project until the DOT-292 is approved by FHWA.
CONSULTANT SERVICES MANUAL 2021
41
SDDOT SENIOR
ACCOUNTANT IN
PROJECT
DEVELOPMENT
1.
Prepare Form DOT-292 and submit it to FHWA for approval.
2.
Post the DOT-292 on C2C on Find Funding/Work Authorization when it is approved and
notify the SDDOT Project Manager.
SDDOT PROJECT
MANAGER OR
PROGRAMMING
AND FUNDING
ENGINEER
1.
If SDDOT’s estimate of the hours for work types differs significantly from the Consultant’s
proposal, review and possibly revise the technical analyses, or negotiate with the Consultant
to revise the proposal. A revision of the technical analyses can consist of crossing out and
overwriting some areas.
2.
Document negotiations and include the resources considered by the negotiator.
3.
Retain negotiation documentation for not less than 3 years from the approval date of the
final voucher with FHWA for the final work order under each retainer contract, as required by
the CFR and the SDDOT Records Retention and Destruction Schedule.
4.
If an acceptable number of hours and scope of work cannot be negotiated with the first firm,
solicit a proposal from your second choice and repeat previous steps.
LGA WORK ORDER
SPECIALIST
1.
If an acceptable number of hours and scope of work are obtained, prepare the Work Order
Form DOT-917B as shown in Appendix K, using information in the instructions tab.
2.
Make sure the work order contains the following:
a.
Direct labor hours and rates by employee classification.
b.
Overhead, based on direct labor total.
c.
Fixed Fee based on direct labor plus overhead total
d.
Cost of money based on direct labor total.
e.
Other direct costs based on substantiated rates or actual costs.
f.
Maximum limiting amount.
g.
Work order completion dates and interim dates.
h.
Insurance dates
3.
The SDDOT may or may not include a small contingency of not more than 5%. This will
allow a contract encompassing two or more years to include a cost-of-living increase.
4.
Verify that subcontracts meet the following requirements:
a.
Adheres to the same federal and state requirements as the agreements for
consultant services, work orders, and is stated so in the subcontract.
b.
Is supported by cost breakdowns at the same level of detail as that required for the
initial work order and/or amendments.
c.
Is signed by both the prime and sub-consultants.
d.
Is work that was already in the technical analysis.
5.
A subcontracting firm is not required to be on the retainer list. They should submit their
labor and overhead rates to Audits for approval prior to the work order execution. For small
subcontracts (less than $5,000) the subcontract may be Lump Sum and not require labor and
overhead rates.
6.
The signature blocks on the DOT 917A form must comply with the Delegation of Authority
Policy signature limits on work order amounts.
7.
Send the work order to the firm for signature; or email the work order to them and request
CONSULTANT SERVICES MANUAL 2021
42
that they print a copy, sign and forward to the LPA.
CONSULTANT
1.
Review the work order and sign.
2.
Forward original copy to the LPA.
LPA
1.
Review the work order and sign.
2.
Forward to the LGA Work Order Specialist.
LGA WORK ORDER
SPECIALIST
1.
When the work order is returned by the Consultant, circulate for signature.
2.
Mail or email a Notice to Proceed Letter to the Consultant along with a signed scanned copy
of the work order. If Federal-aid is to pay for the work order items, ensure that a signed
DOT-292 form has been received from FHWA prior to issuing the Notice to Proceed. The
Notice to Proceed may be given verbally, followed by written documentation such as an
email or letter, within 48 hours of the time verbal approval was given.
3.
Complete a DOT-121 form for each work order following the information in the instructions
tab.
4.
A complete work order includes:
a.
Notice to Proceed Letter
b.
Signed DOT-917 Form
c.
Scope of Service including Overall Completion Date
d.
Cost Estimate
e.
Signed subcontract (if applicable)
f.
Cost estimate for subcontractor (if applicable)
5.
Distribute the work order, DOT-121 and Notice to Proceed as follows:
a.
The signed original work order, original DOT-121 and a copy of the Notice to
Proceed is sent to Audits
b.
One copy of the work order, DOT-121, and Notice to Proceed is retained by the
consultant.
c.
One copy of the work order, DOT-121, and Notice to Proceed is sent to the Local
Government Agency.
d.
One copy of the work order, DOT-121, and Notice to Proceed is sent to the
originating
office.
CONSULTANT SERVICES MANUAL 2021
43
TABLE V- C. TASK ORDER PROCESSLPA PROJECTS
RESPONSIBILITY
ACTION
LPA
1.
After determining the need for consultant services, LPA contacts SDDOT Project Manager to
let them know so that any authorizations can be obtained from the funding agency and to
obtain current list of consultant and agreement control numbers.
2.
Select a Consultant from the approved list.
3.
Verify with the Consultant that they are available and willing to work on the project.
4.
Prepare a scope of services in conjunction with and assistance from the SDDOT Project
Manager.
5.
Send the Consultant a copy of the draft scope and have them verify that the description
covers the work as they understand it and have them propose modifications if needed.
CONSULTANT
1.
Review the draft scope of work and redline as appropriate for work items that may have
been missed or to add further clarification.
2.
Return to the LPA. (This may take several cycles until the scope is agreed to.)
LPA
1.
Once the scope of work is final, prepare a technical analysis of an estimate of the hours
required to complete the tasks. Assistance may be requested from the SDDOT Project
Manager.
2.
Include the following in the technical analyses:
a.
Types of labor required.
b.
Number of work hours for each type of labor.
3.
Determine an acceptable fixed fee percentage using Derivation of Profit worksheet Form
DOT-924 as shown in Appendix B. Do not exceed 15%.
4.
Request a cost proposal from the Consultant. An example of a cost proposal is shown in
Appendix J or available in spreadsheet format as Form DOT-918 as shown in Appendix J.
CONSULTANT
1.
Prepare a cost proposal in a spreadsheet format as shown in Appendix J. Include:
a.
Direct labor hours and rates by employee and classification.
b.
Overhead, based on direct labor total.
c.
Fixed fee based on direct labor plus overhead total.
d.
Cost of money based on direct labor total.
e.
Other direct costs based on substantiated rates or actual costs.
f.
Maximum limiting amount.
2.
Submit to the LPA.
LPA
1.
If LPA’s estimate of the hours for work types differs significantly from the Consultant’s
proposal, review and possibly revise the technical analyses, or negotiate with the Consultant
to revise the proposal. A revision of the technical analyses can consist of crossing out and
overwriting some areas.
2.
Document negotiations and include the resources considered by the negotiator.
3.
Retain negotiation documentation for not less than 3 years from the approval date of the
final voucher with FHWA for the final task order under each contract, as required by the CFR
and the SDDOT Records Retention and Destruction Schedule.
4.
If an acceptable price and scope of work cannot be negotiated with the first firm, solicit a
proposal from your second choice and repeat previous steps.
5.
Complete the Task Order form as shown in Appendix L.
CONSULTANT SERVICES MANUAL 2021
44
6. Submit proposal and Task Order form to SDDOT Project Manager for review and approval.
SDDOT PROJECT
MANAGER
Forward Task Order form and all attachments to Audits for review and approval.
SDDOT AUDITS
Assign Task Order number and review proposal for compliance with all applicable Federal and/or
State requirements.
SDDOT PROJECT
MANAGER
Forward approved documents to LPA for execution.
LPA
Send two copies of the task order to the firm for signature; or email the task order to them and
request that they print two copies, sign them, and return them to the LPA.
CONSULTANT
1.
Review the task order and sign two copies.
2.
Forward all original copies to the LPA.
LPA
1.
Sign all copies.
2.
Mail or email a Notice to Proceed to the Consultant along with a signed copy of the task
order. If Federal-aid is to pay for the work order items, ensure that a signed DOT-292 form
has been received from FHWA prior to issuing the Notice to Proceed. A Notice to Proceed
may be given verbally, followed by written documentation such as an email or letter, within
48 hours of the time verbal approval was given.
3.
Distribute sets of the task order, and Notice to Proceed as follows:
a.
The second original task order is retained by the LPA
b.
One copy of the task order, and Notice to Proceed is sent to the SDDOT PM.
CONSULTANT
Include the following information when submitting invoices for payment to the LPA:
1.
Beginning and ending dates for the period covered. Separate costs by the company
fiscal year.
2.
Company Job Cost Number for the Task Order. The number must be unique for each.
3.
For labor costs, list the employee names or numbers, their hours, and their salary rates.
A detailed listing by date must also be provided.
4.
Show the overhead rate and amount.
5.
Show the cost of money rate if applicable) and amount.
6.
List quantities and rates for allocated direct costs, such as mileage, copies, etc. A
detailed listing of mileage and equipment usage by date must also be provided.
7.
Copies of travel details.
LPA
1.
Pay the Consultant invoice.
2.
Submit all documentation to SDDOT PM for reimbursement.
SDDOT PROJECT
MANAGER
1.
Verify adequacy of documentation submitted.
2.
Process Form DOT 904 as shown in Appendix M to reimburse LPA.
3.
Send to Audits for processing.
LPA
Retains all Task Order, subcontract, Amendment and Payment records until three years after the
project is closed. SDDOT Project Manager will issue a letter to the LPA when project is closed.
CONSULTANT SERVICES MANUAL 2021
45
TABLE V-D. MONETARY AMENDMENTS TO WORK ORDERS
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1. If there is a change in project scope, prepare as detailed an amendment to the scope of work
as possible, so the Consultant can prepare a cost-effective proposal.
CONSULTANT
1.
Review the draft scope of work and redline as appropriate for work items that may have
been missed or to add further clarification.
2.
Return to the SDDOT PM.
(This may take several cycles until the scope is agreed to.)
SDDOT PROJECT
MANAGER
1.
After the change in scope is agreed to, but before requesting a proposal for the amendment,
prepare a technical analysis that gives the SDDOT an estimate of the hours required to do the
work. The technical analysis may be prepared by delegated staff.
2.
Include the types of labor required and the number of work hours for each type of labor in
the technical analysis.
3.
Use the current approved fixed fee rate for the consultant
4.
Request a cost proposal from the Consultant.
5.
There may be occasions where the work was completed by the consultant at the direction of
the SDDOT Project Manager, but prior to amending the work order. When this occurs,
include the following language in the amendment:
It is understood and agreed between the parties that certain work was performed by the
consultant before this amendment was approved. Further, it was the intent of the parties that
the consultant performs this work and be paid in accordance with the contract. In light of the
foregoing, the parties hereto ratify the acts of the consultant which may have been performed
during this period of time and agree to pay for his services which were performed. The effective
date of this amendment shall be DATE.
CONSULTANT
1.
Prepare a cost proposal in the same format as submitted for the original work order and send
to the SDDOT PM.
2.
Make sure the monetary amendment proposal contains the following:
a.
Direct labor hours and rates by employee classification
b.
Overhead, based on direct labor total.
c.
Fixed fee based on direct labor plus overhead total.
d.
Cost of money based on direct labor total.
e.
Other direct costs, based on substantiated rates or actual costs.
SDDOT PROJECT
1. If SDDOT’s estimate of the hours for each type of work differs significantly from the
Consultant’s proposal, review and possibly revise the technical analysis, or negotiate with the
CONSULTANT SERVICES MANUAL 2021
46
MANAGER
Consultant to revise the proposal. A revision of the technical analysis can be crossing out and
overwriting some areas.
2.
Document negotiations and include the resources considered by the negotiator.
3.
Retain negotiation documentation for three years after the work order is complete, and as
required by SDDOT Records Retention and Destruction Schedule.
SDDOT PROJECT
MANAGER OR LGA
WORK ORDER
SPECIALIST
1.
Prepare/provide the Form DOT-917 as shown in Appendix K to note the amended
information.
2.
Assign a number to the amendment.
3.
If it is a cost plus fixed fee amendment, ensure that it specifies a maximum limiting amount.
This may or may not include a small contingency of not more than 5%.
4.
Verify that subcontracts meet the following requirements:
a.
Adheres to the same federal and state requirements as the prime agreement for
consultant services, work orders, and is stated so in the subcontract.
b.
Is supported by cost breakdowns at the same level of detail as that required for the
initial work order and /or amendments.
c.
Is work that was in the technical analysis.
5.
Comply with the Delegation of Authority Policy signature limits on work order amendment
amounts.
CONSULTANT
1.
Review the monetary amendment and sign.
2.
Forward to the LPA if applicable, or return to the SDDOT PM.
LPA
1.
Review the monetary amendment and sign, if applicable.
2.
Forward original to the LGA Work Order Specialist if applicable.
SDDOT PROJECT
MANAGER OR LGA
WORK ORDER
SPECIALIST
1.
When the appropriate signatures are obtained, sign and execute the monetary amendment,
if appropriate.
2.
Issue a Notice to Proceed to the Consultant. A Notice to Proceed may be given verbally,
followed by written documentation such as an email, within 48 hours of the time verbal
approval was given. It also may be a letter.
3.
Prepare a revised DOT-121 form.
4.
Distribute the original monetary amendments and copies as follows:
a.
The signed original work order, original DOT-121 and a copy of the Notice to
Proceed is sent to Audits
b.
One copy of the work order, DOT-121, and Notice to Proceed is retained by the
consultant.
c.
One copy of the work order, DOT-121, and Notice to Proceed is sent to the Local
Government Agency.
d.
One copy of the work order, DOT-121, and Notice to Proceed is sent to
the originating
office.
CONSULTANT SERVICES MANUAL 2021
47
TABLE V- E. TIME EXTENSION AMENDMENTS TO WORK ORDERS
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
Request that the Consultant make a written request for a time extension, as required by the
terms of the agreement. Email and letters are considered written requests.
CONSULTANT
1.
Prepare a written request for a time extension; this may be an email.
2.
Make sure the request explains why the time extension is needed and provides a new date
for completion of services.
3.
Submit to the SDDOT PM.
SDDOT PROJECT
MANAGER OR LGA
WORK ORDER
SPECIALIST
1.
Assign a number to the amendment.
2.
Prepare a DOT-121 form.
3.
Issue a Notice to Proceed letter or email to the consultant stating the project number, PCN
number, location, and work order number along with the prior completion date and the
new overall completion date. A standard form such as Road Design Form C5a- Consultant
(Time Extension Only Amendment) may be used.
4.
If the request for the overall completion date is after the original overall completion date, the
following paragraph must be included in the Notice to Proceed letter or email:
Time Extension Granted
It is understood and agreed between the parties that certain work was performed by the
consultant before this amendment was approved. Further, it was the intent of the parties that the
consultant performs this work and be paid in accordance with the contract. In light of the
foregoing, the parties hereto ratify the acts of the consultant which may have been performed
during this period of time and agree to pay for his services which were performed. The effective
date of this amendment shall be ORIGINAL OVERALL COMPLETION DATE with an overall
completion date of NEW OVERALL COMPLETION DATE.
5.
Distribute the time extension amendments, DOT-121 and Notice to Proceed as follows:
a.
The signed original work order, original DOT-121 and a copy of the Notice to
Proceed is sent to Audits
b.
One copy of the work order, DOT-121, and Notice to Proceed is sent to the
consultant.
c.
One copy of the work order, DOT-121, and Notice to Proceed is retained by the
originating office.
CONSULTANT SERVICES MANUAL 2021
48
VI. CONTRACT FEE TYPES
The 23 CFR 172.9(b) allows the use of four different fee types for contracting with Consultants. The SDDOT PM
selects the fee type based on aspects of each project. When the method of payment is other than lump sum,
the contract shall specify a maximum amount payable which shall not be exceeded unless adjusted by a
contract modification. Below is a description of the four fee methods allowed:
A. Cost Plus Fixed Fee.
The most common fee type used is the Cost Plus Fixed Fee. The fee includes labor rate, overhead rate,
the negotiated fixed fee, and other direct costs. For audit efficiency, Consultants must include with
their invoices a job costing summary report, labor reports and support documentation for all direct
costs such as travel, sub-consultants, etc. In addition, the Consultant must include with their invoices a
progress report.
B. Unit Price
SDDOT PMs use this fee method when buying a specific item at a set cost and when the number of
units needed is not known. The unit price is a combined amount of the labor rate, overhead rate, and
the negotiated fixed fee percentage (profit). For audit efficiency, Consultant must include with their
invoices a labor report and support documentation for number of units, receipts for direct expenses,
and sub-consultant invoices. In addition, the Consultant must include with their invoices a progress
report.
C. Lump Sum
SDDOT PMs use this fee method when the extent, scope of work, complexity of project, method, and
duration for completion are fully defined and not likely to change. Fair and reasonable compensation,
including fixed fee can be determined at the time of negotiation. Lump sum contracts may or may not
be audited. They are normally minimal risk, small contracts, less than $5,000.
D. Specific Rates of Compensation
The specific rates of compensation payment method provides for reimbursement on the basis of direct labor
hours at specified fixed hourly rates, including direct labor costs, indirect costs, and fee or profit, plus any
other direct expenses or costs, subject to an agreement maximum amount. This payment method shall only be
used when it is not possible at the time of procurement to estimate the extent or duration of the work or to
estimate costs with any reasonable degree of accuracy. The specific rates of compensation payment method
should be limited to contracts or components of contracts for specialized or support type services where the
consultant is not in direct control of the number of hours worked, such as construction engineering and
inspection. When using this payment method, the contracting agency shall manage and monitor the
consultant's level of effort and classification of employees used to perform the contracted services.
CONSULTANT SERVICES MANUAL 2021
49
VII. MANAGING THE CONTRACT
As in all business transactions that include a contract, the SDDOT contract is a legal and binding document
which serves as the guiding tool to ensure the project work scope is being met and in a timely, agreed-upon
schedule all within the contract budget. The SDDOT PM (and/or the Local Government Assistance Office, if
applicable) will oversee the Consultant’s progress, payments, and performance.
The SDDOT PM is assigned to represent SDDOT to ensure that the commitments of the contract are met. To
manage Consultant contracts requires a practical knowledge of accounting, transportation project financing,
Federal-aid requirements, local agency stewardship, SDDOT project delivery process, contract administration
and SDDOT’s business systems.
For provisional billing purposes, the Consultant will use actual costs for direct salary and current available costs for
material and equipment, payroll additive, and general overhead. The Consultant’s overhead rate and wage
rates may change from year to year as the work order progresses, but the work order has a Not to Exceed limit
regardless of the rates used. The Consultant’s invoices will include the Consultant’s project number. The final
reimbursement will be based on the actual unit rates in accordance with 48 CFR Part 31, 2 CFR Part 200, and the
Consultant’s usual and normal practice as determined by audit after all authorized work is completed, subject to
the limiting amount. The Consultant will certify that the Consultant’s accounting system complies with
standards stated in the Consultant Accounting Certification.
The Department will not make any payment for corrections the Consultant must make because work commenced
without the Department’s approval.
A. Accounting Principles from 23 CFR 172.11
(a) Allowable Costs
(1) Costs or prices based on estimated costs for contracts shall be eligible for federal reimbursement only
to the extent that costs incurred, or cost estimates included in negotiated prices are allowable in
accordance with the Federal cost principles.
(2) Consultants shall be responsible for accounting for costs appropriately and for maintaining records,
including supporting documentation, adequate to demonstrate that costs claimed have been
incurred, are allocable to the contract, and comply with Federal cost principles.
(b) Elements of contract costs. The following requirements shall apply to the establishment of the
specified elements of contract costs:
(1) Indirect cost rates.
(i) Indirect cost rates shall be updated on an annual basis in accordance with the consultant's annual
accounting period and in compliance with the Federal cost principles.
CONSULTANT SERVICES MANUAL 2021
50
(ii) Contracting agencies shall accept a consultant's or sub-consultant's indirect cost rate(s)
established for a 1-year applicable accounting period by a cognizant agency that has:
(A) Performed an audit in accordance with generally accepted government auditing standards
to test compliance with the requirements of the Federal cost principles and issued an audit
report of the consultant's indirect cost rate(s); or
(B) Conducted a review of an audit report and related workpapers prepared by a certified
public accountant and issued a letter of concurrence with the related audited indirect cost
rate(s).
(iii) When the indirect cost rate has not been established by a cognizant agency in accordance with
paragraph (b)(1)(ii) of this section, the SDDOT or other recipient shall perform an evaluation of a
consultant's or sub-consultant's indirect cost rate prior to acceptance and application of the rate to
contracts administered by the recipient or its sub-recipients. The evaluation performed by SDDOT
or other recipients to establish or accept an indirect cost rate shall provide assurance of
compliance with the Federal cost principles and may consist of one or more of the following:
(A) Performing an audit in accordance with generally accepted government auditing standards
and issuing an audit report;
(B) Reviewing and accepting an audit report and related workpapers prepared by a certified
public accountant or another State Transportation Agency (STA);
(C) Establishing a provisional indirect cost rate for the specific contract and adjusting contract
costs based upon an audited final rate at the completion of the contract; or
(D) Conducting other evaluations in accordance with a risk-based oversight process as
specified in paragraph (c)(2) of this section and within the agency's approved written policies
and procedures, as specified in § 172.5(c).
(iv) A lower indirect cost rate may be accepted for use on a contract if submitted voluntarily by a
consultant; however, the consultant's offer of a lower indirect cost rate shall not be a condition or
qualification to be considered for the work or contract award.
(v) Once accepted in accordance with paragraphs (b)(1)(ii) through (iv) of this section, contracting
agencies shall apply such indirect cost rate for the purposes of contract estimation, negotiation,
administration, reporting, and contract payment and the indirect cost rate shall not be limited by
administrative or de facto ceilings of any kind.
(vi) A consultant's accepted indirect cost rate for its 1-year applicable accounting period shall be
applied to contracts; however, once an indirect cost rate is established for a contract, it may be
extended beyond the 1-year applicable period, through the duration of the specific contract,
provided all concerned parties agree. Agreement to the extension of the 1-year applicable period
shall not be a condition or qualification to be considered for the work or contract award.
CONSULTANT SERVICES MANUAL 2021
51
(vii) Disputed rates. If an indirect cost rate established by a cognizant agency in paragraph (b)(1)(ii)
of this section is in dispute, the contracting agency does not have to accept the rate. A contracting
agency may perform its own audit or other evaluation of the consultant's indirect cost rate for
application to the specific contract, until or unless the dispute is resolved. A contracting agency
may alternatively negotiate a provisional indirect cost rate for the specific contract and adjust
contract costs based upon an audited final rate. Only the consultant and the parties involved in
performing the indirect cost audit may dispute the established indirect cost rate. If an error is
discovered in the established indirect cost rate, the rate may be disputed by any prospective
contracting agency.
(2) Direct salary or wage rates.
(i) Compensation for each employee or classification of employee must be reasonable for the work
performed in accordance with the Federal cost principles.
(ii) To provide for fair and reasonable compensation, considering the classification, experience,
and responsibility of employees necessary to provide the desired engineering and design related
services, contracting agencies may establish consultant direct salary or wage rate limitations or
“benchmarks” based upon an objective assessment of the reasonableness of proposed rates
performed in accordance with the reasonableness provisions of the Federal cost principles.
(iii) When an assessment of reasonableness in accordance with the Federal cost principles has not
been performed, contracting agencies shall use and apply the consultant's actual direct salary or
wage rates for estimation, negotiation, administration, and payment of contracts and contract
modifications.
(3) Fixed fee.
(i) The determination of the amount of fixed fee shall consider the scope, complexity, contract
duration, degree of risk borne by the consultant, amount of subcontracting, and professional
nature of the services as well as the size and type of contract.
(ii) The establishment of fixed fee shall be contract or work order specific.
(iii) Fixed fees more than 15 percent of the total direct labor and indirect costs of the contract may
be justified only when exceptional circumstances exist.
(4) Other direct costs. A contracting agency shall use the Federal cost principles in determining
the reasonableness, allowability, and allowability of other direct contract costs.
(c) Oversight
(1) Agency controls. Contracting agencies shall provide reasonable assurance that consultant costs
on contracts reimbursed in whole or in part with FAHP funding are allowable in accordance with
the
CONSULTANT SERVICES MANUAL 2021
52
Federal cost principles and consistent with the contract terms considering the contract type and
payment method. Contracting agency written policies, procedures, contract documents, and other
controls, as specified in §§ 172.5(c) and 172.9 shall address the establishment, acceptance, and
administration of contract costs to assure compliance with the Federal cost principles and
requirements of this section.
(2) Risk-based analysis. The STAs or other recipient may employ a risk-based oversight process to
provide reasonable assurance of consultant compliance with Federal cost principles on FAHP funded
contracts administered by the recipient or its sub-recipients. If employed, this risk-based oversight
process shall be incorporated into STA or other recipient written policies and procedures, as specified
in § 172.5(c). In addition to ensuring allowability of direct contract costs, the risk-based oversight
process shall address the evaluation and acceptance of consultant and sub-consultant indirect cost
rates for application to contracts. A risk-based oversight process shall consist of the following:
(i) Risk assessments. Conducting and documenting an annual assessment of risks of
noncompliance with the Federal cost principles per consultant doing business with the agency,
considering the following factors:
(A) Consultant's contract volume within the State;
(B) Number of States in which the consultant operates;
(C) Experience of consultant with FAHP contracts;
(D) History and professional reputation of consultant;
(E) Audit history of consultant;
(F) Type and complexity of consultant accounting system;
(G) Size (number of employees or annual revenues) of consultant;
(H) Relevant experience of certified public accountant performing audit of consultant;
(I) Assessment of consultant's internal controls;
(J) Changes in consultant organizational structure; and Show citation box
(K) Other factors as appropriate.
(ii) Risk mitigation and evaluation procedures. Allocating resources, as considered necessary
based on the results of the annual risk assessment, to provide reasonable assurance of
compliance with the Federal cost principles through application of the following types of risk
mitigation and evaluation procedures appropriate to the consultant and circumstances:
(A) Audits performed in accordance with generally accepted government audit
standards to test compliance with the requirements of the Federal cost principles;
CONSULTANT SERVICES MANUAL 2021
53
(B) Certified public accountant or other STA work paper reviews;
(C) Other analytical procedures;
(D) Consultant cost certifications in accordance with paragraph (c)(3) of this section;
and
(E) Consultant and certified public accountant training on the Federal cost principles.
(iii) Documentation. Maintaining supporting documentation of the risk-based analysis
procedures performed to support the allowability and acceptance of consultant costs on FAHP
funded contracts.
(3) Consultant cost certification.
(i) Indirect cost rate proposals for the consultant's 1-year applicable accounting period shall
not be accepted and no agreement shall be made by a contracting agency to establish final
indirect cost rates, unless the costs have been certified by an official of the consultant as being
allowable in accordance with the Federal cost principles. The certification requirement shall
apply to all indirect cost rate proposals submitted by consultants and sub-consultants for
acceptance by a STA or other recipient. Each consultant or sub-consultant is responsible for
certification of its own indirect cost rate and may not certify the rate of another firm.
(ii) The certifying official shall be an individual executive or financial officer of the consultant's
organization at a level no lower than a Vice President or Chief Financial Officer, or equivalent,
who has the authority to represent the financial information utilized to establish the indirect
cost rate proposal submitted for acceptance.
(iii) The certification of final indirect costs shall read as follows:
Certificate of Final Indirect Costs
This is to certify that I have reviewed this proposal to establish final indirect cost rates
and to the best of my knowledge and belief:
1. All costs included in this proposal (identify proposal and date) to establish final
indirect cost rates for (identify period covered by rate) are allowable in accordance
with the cost principles of the Federal Acquisition Regulation (FAR) of title 48, Code of
Federal Regulations (CFR), part 31; and
2. This proposal does not include any costs which are expressly unallowable under
applicable cost principles of the FAR of 48 CFR part 31.
Firm:
Signature:
Name of Certifying Official:
CONSULTANT SERVICES MANUAL 2021
54
Title:
Date of Execution:
(4) Sanctions and penalties. Contracting agency written policies, procedures, and contract
documents, as specified in §§ 172.5(c) and 172.9(c), shall address the range of administrative,
contractual, or legal remedies that may be assessed in accordance with Federal and State laws and
regulations where consultants violate or breach contract terms and conditions. Where consultants
knowingly charge unallowable costs to a FAHP funded contract:
(i) Contracting agencies shall pursue administrative, contractual, or legal remedies and provide
for such sanctions and penalties as may be appropriate; and Show citation box
(ii) Consultants are subject to suspension and debarment actions as specified in 2 CFR part
1200 and 2 CFR part 180, potential cause of action under the False Claims Act as specified in 32
U.S.C. 3729-3733, and prosecution for making a false statement as specified in 18 U.S.C. 1020.
(d) Pre-notification; confidentiality of data. FHWA, recipients, and sub-recipients of FAHP funds may share
audit information in complying with the recipient's or sub-recipient's acceptance of a consultant's indirect
cost rates pursuant to 23 U.S.C. 112
and this part provided that the consultant is given notice of each use and
transfer. Audit information shall not be provided to other consultants or any other government agency not
sharing the cost data, or to any firm or government agency for purposes other than complying with the
recipient's or sub-recipient's acceptance of a consultant's indirect cost rates pursuant to
23 U.S.C. 112 and
this part without the written permission of the affected consultants. If prohibited by law, such cost and rate
data shall not be disclosed under any circumstance; however, should a release be required by law or court
order, such release shall make note of the confidential nature of the data.
B. Invoices
Consultants provide a monthly or quarterly firm-generated invoice. The Consultants do not need to supply the
DOT 904 form, as this must include all the internal financial coding that the consultant is not aware of. In
addition to the SDDOT Project Description, and Contract number, the invoice must contain the specific
information for the contract’s fee type; unit price, lump sum, or cost-plus-fixed fee. Invoices are monthly or
quarterly based on billed amount. The cost plus a percentage of cost and percentage of construction cost
methods of payment shall not be used.
An Invoice (Cost Plus Fixed Fee) must contain an individual breakdown of raw labor for each staff
member and number of hours worked to calculate the total raw labor. The total raw labor is then
multiplied by the overhead and added to the raw labor then the fixed fee is multiplied and added in.
There are variations allowed in the payment of the fixed fee.
An Invoice (Unit Price) must include a combined rate (raw labor, negotiated overhead and fixed fee)
for each staff member identified in the contract and number of hours worked. New employee(s) will
require a modification to the contract unless the new employee(s) are part of an established category
rate.
CONSULTANT SERVICES MANUAL 2021
55
An Invoice (Lump Sum) must include the total contract amount, percent billed to date, previous
percentage billed and current billing percentage. No backup documentation for labor and
reimbursable direct expenses is necessary for lump sum invoicing.
C. Payment Request and Progress Report
Consultants must submit a monthly or quarterly invoice and Progress Report to the SDDOT PM. Consultants
must also provide sufficient detail in their invoicing as outlined in the project contract including fee type,
approved staff, and direct costs. Supporting documentation for the invoice such as labor reports, direct
expenses and sub-consultant expenses are also included. Copies of timesheets are required in order to verify
overtime. The payment request may be submitted electronically. The invoice must identify the work order
number, project number, PCN number, and contract number and should include breakdown of tasks identical
to those contained on the contract cost estimate.
Not all PMs require Progress Reports for all projects. Small or uncomplicated projects may not require
Progress Reports. This should be discussed and agreed to by the PM and the Consultant.
The SDDOT PM is responsible for and authorized to manage the payment process based on the contract
language and may request additional supporting documentation if needed. Once the SDDOT PM approves the
Consultant payment submittal, it is forwarded to the Audits office for processing.
The most common omissions or errors resulting in a delay of payment to the Consultant are:
Incomplete breakdown of summary of work/costs such as missing or inaccurate employee titles or
wages, listing loaded rates and not breakdown of labor rate and overhead. Not including daily
work logs to verify hours claimed.
Insufficient back up documentation such as failing to provide sub-consultant invoices, copies of
reimbursable expenses, failing to list usage and rate for items.
Hours claimed after an expired work order or contract completion date.
Incorrect use of approved rates for overhead, cost of money, and for meals or lodging charges above
state maximums. Not supplying a detailed meal receipt from establishments who serve alcohol.
Overlapping charges from previous invoice periods.
D. Retainage
When the Consultant is not performing satisfactory or timely work, the Department may require a withholding
from amounts due of up to ten percent (10%) of the fixed fee to protect the Department’s interest and ensure
satisfactory completion of the work. The Department will notify the Consultant in writing when retainage will
be withheld. The Department will pay that portion of the fixed fee in the proportion of the actual work
completed up to ninety percent (90%) as documented on the monthly progress reports. The remaining 10%
fixed fee will be released with the final invoice upon receipt of all deliverables. Whenever the Department
determines that the work is substantially complete and that the amount retained is in excess of the amount
adequate for the protection of the Department, the Department will release the excess amount to the
Consultant. Upon satisfactory completion by the Consultant and final acceptance by the Department of all
work done by the
CONSULTANT SERVICES MANUAL 2021
56
Consultant, the Consultant will be paid the unpaid balance of fixed fee due for work under the statement,
including all withheld amounts. Delays in job performance are to be noted on the Evaluation Forms at the
completion of the project.
E. Revisions
Contract modifications are required for any amendments to the terms of the existing contract or work order that
change the cost of the contract or work order; significantly change the character, scope, complexity, or duration of
the work; or significantly change the conditions under which the work is required to be performed. A contract
or work order modification shall clearly define and document the changes made, establish the method of
payment for any adjustments in contract costs, and be in compliance with the terms and conditions of the
contract or work order, and original procurement. The PM will negotiate contract or work order modifications
following the same procedures as the negotiation of the original contract or work order. The PM may add to a
contract only the type of services and work included within the scope of services of the original solicitation from
which a qualification- based selection was made.
For any additional engineering and design related services outside of the scope of work established in the
original request for proposal, the PM shall:
(i) Procure the services under a new solicitation;
(ii) Perform the work itself using contracting agency staff; or
iii) Use a different, existing contract under which the services would be within the scope of work.
Overruns in the costs of the work do not automatically warrant an increase in the fixed fee portion of a cost
plus fixed fee reimbursed contract. Permitted changes to the scope of work or duration may warrant
consideration for adjustment of the fixed fee portion of cost plus fixed fee or lump sum reimbursed contracts.
F. Overtime
No additional payment for premium time (overtime) as it relates to hours worked beyond forty (40) hours per
week will be considered unless approved by the PM. In accordance with 48 CFR 22.103-4, the PM must
approve the Consultant’s request for overtime in advance and in writing. Written approval may be e-mail,
with a copy provided to the Audits Office. Copies of timesheets will be required to verify overtime pay.
Approval may only be granted by the PM if overtime is necessary to:
(1) Meet essential delivery or performance schedules;
(2) Make up for delays beyond the control and without the fault or negligence of the contractor; or
(3) Eliminate foreseeable extended production bottlenecks that cannot be eliminated in any other way.
CONSULTANT SERVICES MANUAL 2021
57
Overtime may be included in the work order cost breakdown if necessitated by any of the reasons listed above.
Examples of when overtime may be allowed include, but are not limited to, an emergency project or if overtime
will be necessary to accomplish construction administration or testing.
If a change is made to the invoice by an auditor because of unallowable or ineligible costs, the originating DOT
office will be notified. The office is responsible for notifying the consultant of the change.
VIII. CONTRACT MONITORING AND EVALUATION
SDDOT recognizes that Consultants cannot improve or sustain good performance without project-specific
constructive feedback and in accordance with 23 CFR 172.9(a)(5),
SDDOT must monitor the Consultant’s work.
SDDOT PMs and, if applicable, the Local Public Agency, evaluate consultant performance at the completion of
each contract, or at any stage of the project deemed necessary by the SDDOT PM. The purpose of the
evaluation is to provide feedback to the Consultant with the opportunity for project course correction and to
improve communication and the quality of project deliverables. The evaluation also provides SDDOT
important information for future consultant selection decisions.
The Consultant Project Evaluation Form is designed to allow the SDDOT PM to provide an evaluation on the
general management of a project and to choose discipline areas most applicable to the project for evaluation.
The SDDOT Contract Management Engineer receives the completed form and the scoring on the form. SDDOT
PMs have access to review all Consultant Evaluation Forms. These forms are reviewed during the Retainer
Contract qualification review process and are used in the ranking process.
TABLE VIII- A. CONSULTANT EVALUATIONS
RESPONSIBILITY ACTION
SDDOT PROJECT
MANAGER
1.
When final plans or documents are received, or construction project is substantially
complete, complete the applicable Consultant Evaluation Forms DOT 909-916 as shown in
Appendix Q.
2.
Submit a copy of the Consultant Evaluation form to:
a.
Consultant For work orders, the contact person identified in the work order, and
the contact person identified in the agreement. For non-work order agreements,
the contact person identified in the agreement. Contact the Consultant Services
Coordinator to obtain the agreement consultant contact person.
b.
SDDOT Consultant Services Coordinator
c.
LPA if applicable
SDDOT
CONSULTANT
SERVICES
COORDINATOR
Maintain a consultant evaluation database.
CONSULTANT SERVICES MANUAL 2021
58
SDDOT expects Consultants to exercise an appropriate standard of care and to provide quality services to the
SDDOT. On occasion, errors and omissions are the result of carelessness or gross negligence. The discovery of
an error or omission triggers the gathering of information on the scope of the problem, actions and
responsibilities of the various parties, and the potential validity and extent of any claims that may arise.
IX. CONTRACT OR WORK ORDER TERMINATION
The Department may terminate a contract or any portion of a contract, including any previously issued Work
Order, upon ten days’ written notice. If the Consultant breaches any of the terms or conditions of a contract,
the Department may terminate a contract at any time, with or without notice. The Consultant will be paid for
acceptable work accomplished to the date of termination upon furnishing to the Department the entire work
product produced up to the time of termination.
If the Department terminates the contract without fault on the part of the Consultant, the Consultant will deliver
to the Department all work product completed to the date of termination. The Consultant’s work product will
become the property of the Department and the Consultant will be paid for work performed and delivered up to
the date of termination. The value of the work performed, services rendered and delivered, and the amount to be
paid as actual costs will be mutually satisfactory to the Department and to the Consultant. The Consultant will
be paid a portion of the fixed fee, plus actual costs. The portion of the fixed fee will be based on the ratio of the
actual costs incurred to the estimated actual costs contained in the Work Order or contract. The Department
will determine actual costs to be reimbursed by audit of such costs to the date of termination except actual costs
to be reimbursed will not exceed the Maximum Limiting Fee.
If the Department terminates the Consultant’s services for fault on the part of the Consultant, the Department will
be entitled to recover payments made to the Consultant for the work which is the cause of the at fault
termination. The Department will pay the Consultant for work satisfactorily performed and delivered to the
Department up to the date of termination. The Department may adjust any payment due to the Consultant at
the time of termination to cover any additional costs to the Department due to the Consultant’s at-fault
termination. After audit of the Consultant’s actual costs to the date of termination and after determination by
the Department of the amount of work satisfactorily performed and the additional costs incurred by the
Department due to the Consultant’s at fault termination, the Department will determine the amount to be paid
to the Consultant. Upon termination, the Department may take over the work and may award another party a
contract to complete the work under a contract or work order.
X. CONTRACT CLOSURE/AUDIT REQUIREMENTS
All work orders and contracts require timely closure. The SDDOT Office of Audits may perform an audit on
ANY contract. Small Lump Sum projects where deliverables and costs are clearly defined and risk is low, may
not be subject to audit.
CONSULTANT SERVICES MANUAL 2021
59
An audit will consist of review of the negotiated overhead and/or labor rates and the direct costs established
in the contract. The Office of Audits conducts an audit to determine the allowable costs incurred by the
Consultant, which then allows the financial closure of the contract.
The final payment should be accompanied by a DOT-996 Work Order Closure Form as shown in Appendix O.
When audits receives the last voucher marked as final, accompanied by the DOT 996 form, all previous
payments will be verified to ensure the final payment is correct and contains any remaining fixed fees. Note
that remaining fixed fees must be requested with an invoice by the consultant. Once final payment is entered,
the work order will be closed by audits.
A new 996 form MUST be completed for EACH consultant, sub-consultant and project associated with the
contract/work order. If your work order spans more than one contract, a separate form is needed for each
contract it spans.
If the final payment comes to Audits without the Work Order Closure form because of instances such as
construction miscellaneous, all payments will be verified but the work order will not be closed until the Work
Order Closure form is received from the originating office. A retainer contract is not closed by Audits until all
work order close out forms for final payments and indirect cost forms for the true ups have been received.
Once closed, Finance will be notified.
SDDOT has the right to require supporting documentation for every dollar billed. For example, labor hours and
rates require time sheets, progress reports, job costing reports, etc. Direct costs such as travel, meals,
products, and services need invoices or receipts. Sub-consultant costs also require supporting documentation,
including the contract with the Consultant, invoices, and payment records.
Upon reasonable notice, the Consultant will allow the Department, the Federal Highway Administration
(FHWA), the United States Department of Transportation’s Inspector General, the Comptroller of the United
States, or any authorized representative, to have access to and the right to examine and copy all records,
books, papers, or documents related to services rendered. The Consultant will keep these records clearly
identified and readily accessible for a period of three years from the approval date of the final voucher with
FHWA for the final work order under each retainer contract, and all other pending matters are closed. The
SDDOT will also keep all records regarding a contract on file for not less than three years from the approval
date of the final voucher with FHWA for the final work order under each retainer contract.
SDDOT and sub-recipients will comply with procurement requirements established in State and local laws,
regulations, policies, and procedures that are not addressed by or are not in conflict with applicable Federal
laws and regulations, as specified in 2 CFR Part 1201
.
When State and local procurement laws, regulations, policies, or procedures are in conflict with applicable
Federal laws and regulations, a contracting agency shall comply with Federal requirements to be eligible for
federal reimbursement of the associated costs of the services incurred following FHWA authorization, as
specified in 2 CFR 200.102
(c).
CONSULTANT SERVICES MANUAL 2021
60
TABLE X. A WORK ORDER OR CONTRACT CLOSURE
RESPONSIBILITY ACTION
CONSULTANT
1.
Prepare the final payment request.
2.
There may be instances where the actual costs exceed the maximum limiting amount.
Include a line on the invoice for “exceeds maximum” that reduces the payment to the
balance available.
3.
Ensure that all fixed fee is billed.
4.
Submit final pay request to the PM or Work Order Specialist. Note that this is the
final payment.
SDDOT PROJECT
MANAGER OR LGA
WORK ORDER
SPECIALIST
1.
Verify payment information and documentation is adequate and accurate.
2.
Any amount that exceeds the maximum limiting amount or maximum fixed fee should
be indicated on the invoice and the total reduced to the available amount remaining.
3.
Prepare DOT-904 Payment Voucher form and mark it as Final in the Notes area.
4.
Ensure that the remainder of the fixed fee has been claimed. If not, add it to the
invoice total.
5.
Prepare and attach the DOT-996 Work Order Closure form shown in Appendix O.
6.
Submit the voucher and closure form to the Audits Office.
AUDITS OFFICE
1.
Verify all previous payments to ensure the final payment is correct.
2.
Enter the final payment in Negotiated Contracts and mark it as Closed.
3.
Submit the voucher and closure form to the Purchasing Specialist in the Finance
Office.
PURCHASING
SPECIALIST IN
FINANCE OFFICE
1.
Process the final voucher for payment.
2.
A copy of the voucher and work order closure form is given to the Senior Billing
accountant.
SENIOR BILLING
ACCOUNTANT IN
FINANCE OFFICE
1.
Place a copy of the voucher and work order closure form in the project file.
2.
Send a copy of the voucher and work order closure form to the Data Imaging
Specialist.
DATA IMAGING
SPECIALIST IN
FINANCE OFFICE
Scan the final voucher and work order closure form and place in File Director along with
destroy date.
CONSULTANT SERVICES MANUAL 2021
61
XI. CONFLICT OF INTEREST
Transparency is a pillar of good government. Conflicts of interest that are not disclosed and waived have the
potential to erode professional and personal ethics and damage the reputation of SDDOT and the Consultant
community. To preserve confidence in the procurement of Consultant services, SDDOT has developed conflict
of interest disclosure and waiver processes that Consultants are required to follow. Conflict of interest
disclosures are public documents that will be available to other governmental agencies, the consulting
community, and the general public.
A. CONSTRUCTION ENGINEERING AND DESIGN BY SAME CONSULTANT
SDDOT Project Management Teams will consider and evaluate potential conflicts of interest when selecting a
Consultant Project Engineer employed by the same Consultant that is providing design services. SDDOT may
retain Consultants to perform both design and construction engineering management on the same project if
SDDOT determines performance of both tasks by the same consultant is fair, reasonable and in the best
interests of the public.
B. EMPLOYMENT OF FORMER STATE EMPLOYEES.
SDCL 5-18A-17 through 5-18A-17.6
SDCL 5-18A-17 through 5-18A-17.6 establish a process for disclosing and
waiving potential conflicts of interest for current state employees and for former employees for one year after
their state employment ends. Generally, absent a waiver, certain current and former state officers and
employees are prohibited from contracting with state agencies and from deriving benefits from Consultant
contracts when the state officer or employee had substantial involvement in recommending, awarding, or
administering the contract. Further information about these conflict-of-interest laws and the required process
for disclosing and waiving a conflict of interest may be found at the following website address:
https://bhr.sd.gov/policies-forms/ .
C. CONTRACT CONFLICT OF INTEREST
All Consultants (including officers, agents, subcontractors, and employees of Consultants) performing services
for SDDOT shall fully disclose all conflicts of interest in accordance with the requirements of state and federal
law, rules, and regulations, and shall obtain a written waiver of said conflicts from SDDOT before providing
services. No Consultant, or officer, agent or employee of the Consultant, shall have, directly or indirectly, any
financial or other personal interest in any real property acquired for a project for which the Consultant is
providing services unless such interest is openly disclosed upon the public records of SDDOT and the conflict of
interest has been waived in writing by SDDOT.
XII. INSURANCE
SDDOT, like all contracting agencies, requires Consultants to be covered by insurance. Consultants must
furnish SDDOT Consultant Services Coordinator a “Certificate of Insurance” for each type of required
insurance. An example of Certificate of Insurance is in Appendix N.
A Certificate of Insurance must be approved by SDDOT before the Consultant begins work. The Consultant’s
CONSULTANT SERVICES MANUAL 2021
62
insurer must be authorized to do business in South Dakota. Insurance must be maintained in force until all
activities under contract with SDDOT are completed and accepted by SDDOT. The following guidelines may be
changed and updated from time to time to meet the demands of the changing insurance market.
A. General Insurance Requirements for All Policies
In the event any work is subcontracted, the Consultant will require its sub-consultant, at no direct cost to the
project, to secure and maintain all minimum insurance coverages required of the Prime Consultant. This
requirement can be waived at the discretion of the SDDOT PM.
All required certificates and policies will provide that coverage there under will not be canceled or modified
without providing 30 days prior written notice to SDDOT in a manner approved by the Assistant Attorney
General for SDDOT, either by the insurance carrier or the named insured.
B. Standard Required Insurance Policies
Consultants, at no direct cost to the project, will secure and maintain the following minimum insurance
coverage:
1. General Liability
Consultants will secure and maintain general liability insurance in the minimum amount of $1,000,000
per occurrence. These limits can be covered either under a general liability insurance policy alone, or
a combination of a general liability insurance policy and an umbrella insurance policy and/or a general
liability insurance policy and an excess insurance policy. The policy will protect SDDOT, Local Public
Agencies (if applicable), the Consultant, and any sub-consultant from claims for damages for personal
injury, including accidental death, and from claims for property damage that may arise from the
Consultant’s operations under a contract, whether performed by the Consultant themselves, and sub-
consultant, or anyone directly or indirectly employed by either of them. Such insurance will provide
coverage for premises operations, acts of independent Consultants, products and completed
operations.
CONSULTANT SERVICES MANUAL 2021
63
2. Commercial Automobile Liability
Consultants will secure and maintain business automobile liability insurance or equivalent form that
provides coverage for owned, hired, and non-owned automobiles in the minimum amount of
$1,000,000 per occurrence. SDDOT should not be an additional insured for commercial automobile
liability insurance.
3. Worker’s Compensation and Employer’s Liability
Consultants will secure and maintain worker’s compensation and employer’s liability insurance
sufficient to cover all of the Consultant’s employees pursuant to South Dakota law.
This requirement includes those who are doing business as an individual and/or as a sole proprietor as
well as corporations and partnerships. In the event any work is subcontracted, the Consultant will
require its sub-consultant(s) similarly to provide worker’s compensation insurance for all of the latter’s
employees, unless a waiver of coverage is allowed and acquired pursuant to South Dakota law.
SDDOT should not be an additional insured for worker’s compensation insurance.
4. Professional Liability (aka: Architect & Engineers Insurance, Errors & Omissions Insurance,
Malpractice Insurance)
Consultants will secure and maintain professional liability insurance having an A.M. Best rating of A-
class VII or better. If this coverage is written on a claims-made basis, the certificate of insurance will so
indicate. The Consultant represents that, as long as commercially available, the insurance will remain
in effect such that claims reported up to three (3) years beyond the date of substantial completion of
SDDOT contracts are covered (on construction contracts or modifications for construction engineering
management the insurance, will remain in effect for one (1) year after completion of projects). The
required minimum limits are $1,000,000 per claim.
SDDOT should not be an additional insured for professional liability insurance.
C. Increased Insurance Requirement
If the minimum insurance coverage is insufficient for a specific project, SDDOT may require a Consultant to
obtain additional insurance. The SDDOT PM and the Consultant may perform a Consultant Services
Professional Liability Risk Assessment.
D. Insurance Reporting Process
Consultants are required to submit certificates of insurance as proof of insurance to SDDOT Consultant
Services Coordinator and the certificates will remain on file. A new Certificate of Insurance for SDDOT
Consultant Services contracts will not be required until the one “on file” with SDDOT expires, has a change in
coverage, or is cancelled.
CONSULTANT SERVICES MANUAL 2021
64
E. Liability Insurance Waiver Request
If a Consultant performs work that in their opinion does not present a liability risk for SDDOT, the Consultant
may request a waiver to the minimum liability insurance coverage required.
The waiver request should contain the following information and be forwarded to the SDDOT PM and the
Consultant Services Coordinator during negotiation of the Consultant contract:
What liability insurance coverage(s) is the Consultant requesting a waiver for?
If a Consultant has some liability insurance coverage, but not at the minimum required, the Consultant
will need to explain and provide a Certificate of Insurance.
The Consultant will provide a brief description of the work in the contract.
The Consultant will explain why the services being provided do not present a risk for SDDOT or why
they do not present a risk that would warrant coverage at the minimum level required.
If there will not be any vehicle operations, i.e., the Consultant will not operate a vehicle in connection
with any services rendered under a contract with SDDOT AND the consultant agrees not to operate a
vehicle in connection with services rendered under a contract with SDDOT, the Consultant may state
such in a waiver request for the Commercial Automobile Liability.
XIII. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND
VOLUNTARY EXCLUSION
The Consultant will be required to certify that neither the Consultant nor the Consultant’s principals are
presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from
participation in a Federal-aid project by any federal department or agency before signing any contract.
Appendix A: Consultant Interview Format Worksheet
65
APPENDIX A
CONSULTANT INTERVIEW FORMAT WORKSHEET
Appendix A: Consultant Interview Format Worksheet
66
CONSULTANT INTERVIEW FORMAT WORKSHEET
Project Number:
Name / Location of Project:
The SDDOT Consultant Proposal Review Committee has determined interviews are necessary prior to selecting a
consultant for the above project. This form is a tool that will assist the Committee in determining the format of these
interviews. As this form is a guideline, the Committee may make project-specific changes as needed.
Date & Location of Interview:
Interviews will be held starting at (time) on (date), at
(location).
Short-listed Firms:
The Department will be interviewing the following firms (two to five):
List Firms
(Firm A)
(Firm B)
(Firm C)
(Firm D)
(Firm E)
Format:
The following items are standard in consultant selection interviews.
The Proposal Review Committee will use the “Selecting by Consent” method to select a consultant.
Consent is defined as the willingness of all Committee members to accept a decision reached by a
collaborative process.
Up to five key consultant personnel are allowed to attend the interview, one of which must be the
Consultant Project Manager.
Principals of a company are allowed to attend the interview.
Individuals may only interview on one Consultant Team.
Consultants will not be given the questions in advance of the interview.
All consultants will be asked the same questions.
Each consultant interview will be a maximum of 60 minutes including presentation, question and answer,
and summation and comment periods.
The consultant will be given five (5) minutes at the end of the interview for summation and comment.
Short Presentation(Optional):
Do you want consultants to prepare a Short Presentation on their qualifications/approach to the project?
(Yes / No)
If yes, the topic of the Short Presentation will be “What will it take to make the project successful?”
Appendix A: Consultant Interview Format Worksheet
67
Determine Final Selection Score Weights:
Statements of Interest (SOI’s) are now part of the final scoring. Enter weights you want assigned to the following.
(Note: Consultant Summation and Comment Section is considered part of the Question and Answer Period for
scoring purposes.)
30 % SOI is 30 % of final score
(Short Presentation weight, 0 or 10 % of final score)
(Question and Answer period weight, 60 or 70 % of final score)
100 % Total
RELEASE DEBRIEFING INFORMATION TO CONSULTANTS:
All consultants who submitted an SOI will be told the rank of the top three most highly qualified consultants.
Do you wish the Strengths & Weaknesses you observed in the consultants’ SOI’s released to consultants prior to
the interviews? (Yes / No) If no, then the information will not be released to any of the consultants
until after the interviews.
Develop Topics for Questions (Optional):
List possible topics of questions you may be asking. Consultants will be given the topics of the questions in
advance of the interviews. Giving the topics to consultants assists them in determining which five key personnel to
bring to the interviews.
(Topic)
(Topic)
(Topic)
(Topic)
(Topic)
Develop Questions:
All consultants will be asked the same questions. The recommended number of questions is between 3 and 7,
dependent on time allowed for this section. The questions may be weighted if that will assist in the ranking process.
Weight Questions (3-7)
1.
2.
3.
4.
5.
Appendix A: Consultant Interview Format Worksheet
68
6.
7.
Consultant Summation and Comment
10 Total
Appendix B: Derivation of Profit (Fixed Fee)
69
APPENDIX B
DERIVATION OF PROFIT (FIXED FEE)
Appendix B: Derivation of Profit (Fixed Fee)
70
DOT-924
(04/2017)
Derivation of Profit Worksheet for
Architectural and Engineering Contracts
Project number/description:
Profit Factor
Rate
Weight
(0.06-0.15)
Value
(Rate x Weight)
Remarks
Degree of risk
25
Relative difficulty of work
20
Size of job
15
Period of performance
20
Contractor’s investment
5
Assistance by government
5
Subcontracting
10
TOTAL
100
Prepared By:
Date:
For Operations Division Projects:
Work Order Amount Fixed fee
<$25,000 .12-.15
$25,000-200,000 .10-.12
200,000-500,000 .08-.10
500,000-1,000,000 .06-.08
>1,000,000 .06
Appendix B: Derivation of Profit (Fixed Fee)
71
Instructions for Derivation of Profit Worksheet
Based on the circumstances of each procurement, each of the factors in the worksheet should be weighted 0.06 to 0.15 as
indicated below. Obtain the value be multiplying the rate by the weight. The value column, when totaled, indicates the fair
and reasonable profit percentage under the circumstances of the particular procurement.
1. Degree of risk: When the work involves no risk or the degree of risk is very small, the weighting should be 0.06. As the
degree of risk increases, the weighting should be increased up to a maximum of 0.15. Contracts with options will have,
generally, a higher weighted value than contracts without options for which quantities are provided. Other things to
consider:
Portion of work to be done by subcontractors.
Nature of the work.
Reasonableness of negotiated costs.
Amount and type of labor included in the costs.
Amount of principal time required.
2. Relative difficulty of work: If the work is most difficult and complex, the weighting should be 0.15 and should be
proportionately reduced to 0.06 on the simplest of jobs. This factor is tied into some extent with the degree of risk.
Some things to consider:
Nature of the work.
Who does the work, that is, subcontractor or consultants?
What is the time schedule?
Rehabilitation work or new work.
3. Size of job: All costs not in excess of $50,000 will be weighted at 0.15. Work estimated between $50,000 and $500,000
will be proportionately weighted between 0.15 to 0.09. Work estimated between $500,000 and $1,000,000 will be
proportionately weighted between 0.09 to 0.06. Work estimated in excess of $1,000,000 will be weighted at 0.06.
4. Periods of performance: Jobs with actual work time in excess of 180 days are to be weighted at 0.15. Jobs of lesser
duration are to be proportionately weighted to a minimum of 0.06 for jobs not expected to exceed 60 days. No weight
should be given where additional time is not required. This basically refers to changes that can be done within the
original contract time. Exposure over a long period of time creates a greater chance of loss and less revenue to cover
fixed expenses.
5. Contractor’s investment: To be weighted from 0.06 to 0.15 on the basis of below average, average and above average.
Things to consider:
Amount of subcontracting.
Government-furnished items.
Surveys.
Soil tests.
Method of making progress payment
6. Assistance by government: To be weighted from 0.15 to 0.06 on the basis of average to above average. Things to
consider:
Use of as-built drawings.
Government survey.
Soil exploration.
Foundation recommendations.
7. Subcontracting: To be weighted inversely proportional to the amount of subcontracting. Where 80 percent or more of
the work is to be subcontracted, the weighting is 0.06 and such weighting proportionately increased to 0.15 when all
the work is performed by the contractor’s own forces.
Appendix C: Small Purchase Procedures, Federal-Aid (Tier A)
72
APPENDIX C
SMALL PURCHASE PROCEDURES, FEDERAL-AID
(Tier A)
Appendix C: Small Purchase Procedures, Federal-Aid (Tier A)
73
South Dakota Department of Transportation
Request for Small Purchase, Federal-AidTier A
The South Dakota Department of Transportation (SDDOT) is inviting your firm to submit a Statement of Interest in
response to this Request.
SUMMARY INFORMATION
Project
PCN No.
<Enter PCN No.>
Project No.
<Enter Project No.>
Location
<Enter Location>
Work Discipline
<Enter Work Discipline>
Project Manager Contact
SDDOT Project Manager (PM)
<Enter PM>
PM Region /Area/ Office
<Enter PM Region / Area / Office>
PM Phone No.
<Enter PM Phone No.>
PM Email Address
<Enter PM Email Address>
Local Government Contact (if applicable)
Local Government Contact (LGC)
<Enter LGC>
LGC Entity
<Enter LGC Entity>
LGC Phone No.
<Enter LGC Phone No.>
LGC Email Address
<Enter LGC Email Address>
Instructions
Date Sending Request to Consultants
<Enter Date Sending Request to Invited Consultants>
Submission Deadline for Statements of
Interest (SOIs) (PMs, The minimum
turnaround time required to allow consultants
is two weeks.)
<Enter Deadline Date> at 11:00 a.m. Central Time
Anticipated Completion Date for Scope of
Work
<Enter Anticipated Completion Date of the work>
Submittal Instructions
Electronic submittal is required. Submit an electronic PDF file of the SOI to the SDDOT Project
Manager and Local Government Contact (if applicable) by email prior to 11:00 AM Central Time
on the deadline date. SOIs will not be accepted after the 11:00 a.m. deadline.
Format Instructions
Provide a Statement of Interest that includes: Availability, Interest and Qualifications. This may
be in a letter format.
Appendix C: Small Purchase Procedures, Federal-Aid (Tier A)
74
Firms contacted and ranking information:
Firm Name
Date Contacted
Availability
Interest
Qualifications
Firm Selected
Appendix D: Ranking Criteria for SOI
75
APPENDIX D
RANKING CRITERIA
FOR SOI
Appendix D: Ranking Criteria for SOI
76
Evaluation and Ranking Criteria
1. Project Team
Described the qualifications, expertise, capabilities, and experience of key personnel on your
proposed project team
Adequate resources available
Availability
A maximum of 40 points
2. Project Approach
Described a basic course of action, what alternatives and or preliminary approaches are
proposed, and what provisions are identified for dealing with potential impacts, impediments,
or conflicts.
Provided a schedule of key project milestones and discuss the rationale behind this schedule.
Technical letter properly interprets the project
Proposed effort is consistent with scope of project.
A maximum of 40 points
3. Reliability
Satisfactory completion of past projects
Meets time commitments
Cooperative and flexible
A maximum of 10 points
4. General
No technical errors
Good understanding of project objectives
Proposed solutions are practical
Implementation plan reflects knowledge of SDDOT policies and procedures
Local presence
Professional licensure
A maximum of 10 points
Appendix E: Request for SOI Form
77
APPENDIX E
REQUEST FOR STATEMENT OF INTEREST FORM
(Tier C or D)
Appendix E: Request for SOI Form
78
South Dakota Department of Transportation
Request for Statement of Interest Tier C or D
The South Dakota Department of Transportation (SDDOT) is inviting your firm to submit a Statement of Interest in
response to this Request.
SUMMARY INFORMATION
Project
PCN No.
<Enter PCN No.>
Project No.
<Enter Project No.>
Location
<Enter Location>
Work Discipline
<Enter Work Discipline>
Project Manager Contact
SDDOT Project Manager (PM)
<Enter PM>
PM Region / Program
<Enter PM Region / Program>
PM Phone No.
<Enter PM Phone No.>
PM Email Address
<Enter PM Email Address>
Local Government Contact (if applicable)
Local Government Contact (LGC)
<Enter LGC>
LGC Entity
<Enter LGC Entity>
LGC Phone No.
<Enter LGC Phone No.>
LGC Email Address
<Enter LGC Email Address>
Instructions
Date Sending Request to Consultants
<Enter Date Sending Request to Invited Consultants>
Submission Deadline for Statements of
Interest (SOIs) (PMs, The minimum
turnaround time required to allow consultants
is two weeks.)
<Enter Deadline Date> at 11:00 a.m.
Anticipated Completion Date for Scope of
Work
<Enter Anticipated Completion Date of the Work Order>
Submittal Instructions
Electronic submittal is required. Submit an electronic PDF file of the SOI to the SDDOT Project
Manager and Local Government Contact (if applicable) by email prior to 11:00 AM on the
deadline date. SOIs will not be accepted after the 11:00 a.m. deadline.
Format Instructions
The SOI has a maximum page-limit of TWO 8½” x 11” pages, not counting the Cover Page
(limited to ONE page), Project Experience Table (limited to ONE page), proposed key personnel
form and short resumes (unlimited pages).
Appendix E: Request for SOI Form
79
Project Goals
<Enter the Project-specific Goals.>
Scope of Work
<Enter the project-specific Scope of Work (at least 2-3 paragraphs).>
Appendix F: Email SOI Invitation to Consultants
80
APPENDIX F
EMAIL STATEMENT OF INTEREST INVITATION TO CONSULTANT
(Tier C or D)
Appendix F: Email SOI Invitation to Consultants
81
From: <PROJECT MANAGER>
To: <FIRM CONTACTS>
Date: Date & Time
Subject: <Project No., PCN No., County> Request for Statement of Interest
Hello,
Congratulations, your firm is invited to submit a Statement of Interest (SOI) for the above referenced project.
Your firm is one of <#> firms chosen from the SDDOT Consultant Retainer Contract to submit a SOI.
This email has been sent to the primary contact for your firm listed in the Contract.
Following is a list of documentation to assist you in preparing a response:
Request for Statement of Interest (RSOI) - Includes project information and the scope of work
RSOI Format Instructions - Instructions on the preparation of the SOI
SOI Cover Page - Required as part of consultant’s proposal or PLOQ
RSOI Ranking Sheet Form - Selection results form
RSOI Consultant Selection Process - Work flow for the process of selecting consultants from the
Consultant Retainer Contract for Tier C projects
The top three firms will be sent a Request for Proposal for this project. (optional verbiage, delete if not used)
Please either submit a SOI by the deadline listed in the RSOI, or an email declination.
If you have any questions, please contact the Consultant Services Coordinator or myself. Thank you in advance
for responding to this invitation. <PROJECT MANAGER>
Appendix G: SOI cover Page
82
APPENDIX G
STATEMENT OF INTEREST COVER PAGE
(Tier C or D)
Appendix G: SOI cover Page
83
Statement of Interest (SOI) COVER PAGE FORM
2017-2019 Consulting Services
Date:
Project Information
PCN No.:
Project No.:
Project Manager Individual Name:
Firm
Firm Name:
Retainer Contract Agreement
Number:
Firm Address:
Primary Contact
(During Selection Administration Process)
Primary Contact Name:
Email:
Office Phone No.:
Cell Phone No.:
Secondary Contact
If applicable
Secondary Contact Name:
Email:
Office Phone No.:
Cell Phone No.:
Acknowledgements
I understand the acceptance and completion criteria, submittal, and contract selection types. My firm
shall comply with all state and federal contracting requirements applicable to the project. I understand
SDDOT policies; procedures and processes may change during the duration of the project and shall
comply with any changes required by SDDOT. I have fully and accurately disclosed any debarment,
license issues, and/or investigations being performed by any governmental entity. Employees listed on
the staffing plan are current bona fide employees of the firm.
As authorized to sign for my organization, I certify the content of this Statement of Interest to be true,
accurate and all matters fully disclosed as requested in the Request for Statements of Interest. I
understand any misrepresentations or failure to disclose matters in the Statement of Interest is
immediate grounds for disqualification.
Signature Block
Signature:
Name:
Title:
Appendix H: Request for Proposal
84
APPENDIX H
REQUEST FOR PROPOSAL
(Tier D)
Appendix H: Request for Proposal
85
SOUTH DAKOTA DEPARTMENT OF TRANSPORTATION
NOTICE
OF
REQUEST FOR PROPOSAL
FOR
[DOT Office]
The South Dakota Department of Transportation (SDDOT) is soliciting proposals from consulting firms
for (project number and PCN Number) The project description is: the project
location is: . This project is funded with Federal-aid through the
Federal Highway Administration.
The scope of work for the project includes the following:
The Consultant will be required to provide the following services:
Project deliverables will include the following:
Project deadlines include the following:
The SDDOT requires that the Consultant submit a copy of a current GSA Standard Form 330 or SDDOT
Form 925. In addition, the Consultant must include information that describes the firm’s previous
experience with similar projects. Identification of the proposed design team members, including specific
team member experience with projects of this type, is helpful.
The firm selected shall have a Certificate of Authorization to practice engineering in the State of South
Dakota at the time of contract signing. The SDDOT will afford equal opportunity to all those who submit
Proposals and will not discriminate in its selection on the grounds of race, sex, color, or national origin.
Proposals should be directed to , SDDOT, 700 East Broadway Avenue, Pierre,
SD, 57501-2586, Phone (605) ; and must be received no later than
.
Appendix I: Email RFP Invitation to Consultants
86
APPENDIX I
EMAIL REQUEST FOR PROPOSAL INVITATION TO CONSULTANT
(Tier D)
Appendix I: Email RFP Invitation to Consultants
87
From: <PROJECT MANAGER>
To: <FIRM CONTACTS>
Date: Date & Time
Subject: <Project No., PCN No., County> Request for Proposal
Hello,
Your firm is invited to submit a Proposal for the above referenced project.
This email has been sent to the primary contact for your firm listed in the Contract.
Following is a list of documentation to assist you in preparing a response:
Request for Proposal (RFP) - Includes project information and the scope of work
RFP Ranking Sheet Form - Selection results form
RFP Consultant Selection Process - Work flow for the process of selecting consultants from the
Consultant Retainer Contract for Tier projects
If you have any questions, please contact the Consultant Services Coordinator or myself. Thank you
in advance for responding to this invitation. <PROJECT MANAGER>
Appendix J: Consultant Work Order Cost Breakdown Example
88
APPENDIX J
CONSULTANT WORK ORDER COST BREAKDOWN EXAMPLE
Appendix J: Consultant Work Order Cost Breakdown Example
89
Invoice: xxxxx
Name of Consultant Agreement: NNNNNN
Work Order LL-NN-NN Project: L NNNN(NN) PCN: NNNN
Agreement: NNNNNN Consultant Project: NNNNNNN
Direct Labor Salary Cost
Hours
Hourly Rate
Cost
Name - title
Name - Sr. Engineer
2
$ 47.95
$ 95.90
Name - Lead Engineer
9
$ 42.30
$ 380.70
Name - Survey Tech
19
$ 24.00
$ 456.00
Name - Survey Crew Chief
24
$ 46.00
$ 1,104.00
Name - Draftsman
40
$ 18.50
$ 740.00
Name - Survey Tech 1
33
$ 17.75
$ 585.75
Total Direct Labor Cost
127
$ 3,362.35
Labor Overhead Cost:
192.50%
$ 6,472.52
Total Labor and Overhead
$9,834.87
Fixed Fee
12%
$ 9,834.87
$ 1,180.18
Capital Cost of Money
0.50%
$ 3,362.35
$ 16.81
Direct expenses:
Mileage
120
$ 0.565
$ 67.80
* Meals (Per Diem)
$40.00
3
$ 27.00
** Lodging
$100.00
3
$ 86.74
Photocopies
$10.63
$10.63
Postage
Miscellaneous
Total Direct Expense
$ 498.43
TOTAL
$ 11,530.29
* DOT Meal Rates
** GSA Federal Travel Rates + Taxes
Coding L = letter N = number
Appendix K: Work Order Form
90
APPENDIX K
WORK ORDER FORM 917 A and B
Appendix K: Work Order Form
91
Appendix K: Work Order Form
92
Appendix K: Work Order Form
93
Appendix L: Task Order Form
Page 94
APPENDIX L
TASK ORDER FORM
Appendix L: Task Order Form
Page 95
TASK ORDER AGREEMENT FOR CONSULTANT SERVICES
BETWEEN
[Type GOVERNMENT'S Name] (LOCAL GOVERNMENT)
AND
[Type CONSULTANT'S Name] (CONSULTANT)
In accordance with the South Dakota Department of Transportation Consultant Services Manual, LOCAL
GOVERNMENT has elected to take advantage of the South Dakota Department of Transportation (SDDOT) master
retainer agreement with CONSULTANT and is therefore entering into this task order agreement.
GENERAL
Task Order No.: [Type Task Order #]
SDDOT Agreement No.: [Type Contract #]
Agreement Date: [Type Contract Date]
A copy of Agreement Control Number by this reference made a part of this Agreement.
CONSULTANT will not be reimbursed for work performed prior to the Notice to Proceed Letter. LOCAL
GOVERNMENT cannot issue the Notice to Proceed prior to final execution of this task order.
PROJECT INFORMATION
Project No.: [Project #], County: [Type County], PCN: "[Type PCN # if applicable]"
Project Location: [Location]
Project Type: [Type of Work]
SCOPE OF WORK
1.
2.
SERVICES REQUIRED
See attached breakdown sheet for labor hours and costs, fringe benefits, overhead, any other direct costs
and fixed fee.
MAXIMUM LIMITING FEE
$[Type Amount]
Appendix L: Task Order Form
Page 96
INSURANCE REQUIREMENTS
Verified: Yes No
TASK ORDER COMPLETION DATE
[Date all work is to be submitted and accepted by LOCAL GOVERNMENT]
DELIVERABLE DATES
Submit [List product] – [Due Date]
Submit [List product] – [Due Date]
Submit [List product] – [Due Date]
CONTACT PERSONS
LOCAL GOVERNMENT: Highway Superintendent, City Engineer, or Person in charge of the project, [Title]
CONSULTANT:
[Consultant's Project Manager]
APPROVAL
CONSULTANT LOCAL GOVERNMENT
[Type CONSULTANT’S Name] [Type GOVERNMENT'S Name]
By: By:
Title: Its: Mayor
Date: Date:
(Corporate Seal) Attest:
City Auditor/Clerk
(City Seal)
Appendix L: Task Order Form
Page 97
CONSULTANT SIGNATURE NOTARIZED:
CORPORATE ACKNOWLEDGMENT
State of )
:ss
County of )
On this day of , , before me, , a Notary Public,
personally appeared who acknowledged himself/herself to be the
[title/position] of ,
[corporation name] and that he/she, as such officer, being authorized so to do, executed the foregoing instrument
for the purposes therein contained, by signing the name of the corporation by himself/herself as such officer.
In witness whereof I hereunto set my hand and official seal.
Notary Public
My commission expires on
[Notary Seal]
DISTRIBUTION:
1 - Consultant (original)
1 – SDDOT Audit
1 – Finance Office (original)
1 – SDDOT Applicable Program
Appendix L: Task Order Form
Page 98
SERVICES REQUIRED
Invoice: xxxxx
Name of Consultant Agreement: NNNNNN
Work Order LL-NN-NN Project: L NNNN(NN) PCN: NNNN
Agreement: NNNNNN Consultant Project: NNNNNNN
Direct Labor Salary Cost
Hours
Hourly Rate
Cost
Name - title
Name - Sr. Engineer
2
$ 47.95
$ 95.90
Name - Lead Engineer
9
$ 42.30
$ 380.70
Name - Survey Tech
19
$ 24.00
$ 456.00
Name - Survey Crew Chief
24
$ 46.00
$ 1,104.00
Name - Draftsman
40
$ 18.50
$ 740.00
Name - Survey Tech 1
33
$ 17.75
$ 585.75
Total Direct Labor Cost
127
$ 3,362.35
Labor Overhead Cost:
192.50%
$ 6,472.52
Total Labor and Overhead
$9,834.87
Fixed Fee
12%
$ 9,834.87
$ 1,180.18
Capital Cost of Money
0.50%
$ 3,362.35
$ 16.81
Direct expenses:
Mileage
120
$ 0.565
$ 67.80
* Meals (Per Diem)
$40.00
3
$ 27.00
** Lodging
$100.00
3
$ 86.74
Photocopies
$10.63
$10.63
Postage
Miscellaneous
Total Direct Expense
$ 498.43
TOTAL
$ 11,530.29
* DOT Meal Rates
** GSA Federal Travel Rates + Taxes
Coding L = letter N = number
Appendix M: Payment Voucher Example
Page 99
APPENDIX M
FORM DOT-904 PAYMENT VOUCHER
Appendix M: Payment Voucher Example
Page 100
Appendix N: Certificate of Insurance Form
101
APPENDIX N
CERTIFICATE OF INSURANCE
Appendix N: Certificate of Insurance Form
102
Appendix O Work Order Closure Notice Form
Page 103
APPENDIX O
WORK ORDER CLOSURE NOTICE
Appendix O Work Order Closure Notice Form
Page 104
Appendix P Prequalification Form
Page 105
APPENDIX P
PREQUALIFICATION FORM
STANDARD FORM 925 (3/2010) Page 1 of 132
ENGINEERING QUALIFICATIONS
PART I - CATEGORY-SPECIFIC QUALIFICATIONS
A. CATEGORY INFORMATION
1. CATEGORY
(State or Local):
2. PUBLIC NOTICE DATE:
3. AGREEMENT YEAR:
2020 - 2022
B. CORPORATE OFFICE
4. NAME OF FIRM:
5. ADDRESS
(street, state &
:
zip code):
6. TELEPHONE NUMBER:
7. FAX NUMBER:
8. WEB SITE ADDRESS:
9. DUNS NUMBER:
10. OWNERSHIP TYPE:
11. OWNERSHIP SMALL BUSINESS STATUS:
C.
PROPOSED TEAM
(Complete this section for all key offices.)
12a. FIRM NAME
(Identify main or branch office
):
13a. POINT OF CONTACT
(Name and Title)
:
14a. ADDRESS:
15a. E-MAIL ADDRESS:
16a. ROLE IN THIS CATEGORY:
12b. FIRM NAME
(Identify main or branch office
):
13b. POINT OF CONTACT
(Name and Title)
:
14b. ADDRESS:
15b. E-MAIL ADDRESS:
16b. ROLE IN THIS CATEGORY:
D. ORGANIZATIONAL CHART OF PROPOSED TEAM
(Please attach)
STANDARD FORM 925 (3/2010) Page 2 of 132
E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CATEGORY
(Complete one Section E for each key person.)
17a. NAME AND TITLE:
18a. ROLE IN THIS CATEGORY:
19a. YEARS EXPERIENCE - TOTAL:
20a. YEARS EXPERIENCE - WITH CURRENT FIRM:
21a. FIRM NAME AND LOCATION
(City and State)
:
22a. EDUCATION
(Degree and Specialization
):
23a. CURRENT PROFESSIONAL REGISTRATION
(State and Discipline):
24a. OTHER EXPERIENCE AND PROFESSIONAL QUALIFICATIONS
(Publications, Organizations, Training, Awards, etc.)
:
17b. NAME AND TITLE:
18b. ROLE IN THIS CATEGORY:
19b. YEARS EXPERIENCE - TOTAL:
20b. YEARS EXPERIENCE - WITH CURRENT FIRM:
21b. FIRM NAME AND LOCATION
(City and State)
:
22b. EDUCATION
(Degree and Specialization
):
23b. CURRENT PROFESSIONAL REGISTRATION
(State and Discipline):
24b. OTHER EXPERIENCE AND PROFESSIONAL QUALIFICATIONS
(Publications, Organizations, Training, Awards, etc.)
:
17c. NAME AND TITLE:
18c. ROLE IN THIS CATEGORY:
19c. YEARS EXPERIENCE - TOTAL:
20c. YEARS EXPERIENCE - WITH CURRENT FIRM:
21c. FIRM NAME AND LOCATION
(City and State)
:
22c. EDUCATION
(Degree and Specialization
):
23c. CURRENT PROFESSIONAL REGISTRATION
(State and Discipline):
24c. OTHER EXPERIENCE AND PROFESSIONAL QUALIFICATIONS
(Publications, Organizations, Training, Awards, etc.)
:
25. Personnel by Discipline (List each person once, by primary function)
STANDARD FORM 925 (3/2010) Page 3 of 132
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CATEGORY
(Present as many projects as requested by the agency, or 10 projects, if not specified. Complete one Section F for each
project.)
26a. EXAMPLE PROJECT KEY NUMBER:
27a. TITLE AND LOCATION (
City and State):
28a. YEAR COMPLETED - PROFESSIONAL SERVICES:
29a. YEAR COMPLETED - CONSTRUCTION
(If applicable):
30a. PROJECT OWNER'S INFORMATION - PROJECT OWNER:
31a. PROJECT OWNER'S INFORMATION - POINT OF CONTACT NAME:
32a. PROJECT OWNER'S INFORMATION - POINT OF CONTACT TELEPHONE NUMBER:
33a. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT:
(Include scope, size, cost, and for each team member involved in this project list their name & role):
26b. EXAMPLE PROJECT KEY NUMBER:
27b. TITLE AND LOCATION (
City and State):
28b. YEAR COMPLETED - PROFESSIONAL SERVICES:
29b. YEAR COMPLETED - CONSTRUCTION
(If applicable):
30b. PROJECT OWNER'S INFORMATION - PROJECT OWNER:
31b. PROJECT OWNER'S INFORMATION - POINT OF CONTACT NAME:
32b. PROJECT OWNER'S INFORMATION - POINT OF CONTACT TELEPHONE NUMBER:
33b. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT:
(Include scope, size, cost, and for each team member involved in this project list their name & role):
26c. EXAMPLE PROJECT KEY NUMBER:
27c. TITLE AND LOCATION (
City and State):
28c. YEAR COMPLETED - PROFESSIONAL SERVICES:
29c. YEAR COMPLETED - CONSTRUCTION
(If applicable):
30c. PROJECT OWNER'S INFORMATION - PROJECT OWNER:
31c. PROJECT OWNER'S INFORMATION - POINT OF CONTACT NAME:
32c. PROJECT OWNER'S INFORMATION - POINT OF CONTACT TELEPHONE NUMBER:
______ Administrative
______ Architects
______ Chemical Engineers
______ Civil Engineers
______ Construction
Inspectors
______ Draftsmen
______ Ecologists
______ Economists
______ Electrical Engineers ______ Oceanographers _______ ________________
______ Estimators ______ Planners: Urban/Regional _______ ________________
______ Geologists ______ Sanitary Engineers _______ ________________
______ Hydrologists ______ Soils Engineers _______ ________________
______ Interior Designers ______ Specification Writers _______ ________________
______ Landscape Architects ______ Structural Engineers _______ ________________
______ Mechanical Engineers ______ Surveyors _______ ________________
______ Mining Engineers ______ Transportation Engineers _______ Total Personnel
STANDARD FORM 925 (3/2010) Page 4 of 132
33c. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT:
(Include scope, size, cost, and for each team member involved in this project list their name & role):
G. ADDITIONAL INFORMATION
34. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY:
(Attach additional sheets as needed)
H. AUTHORIZED REPRESENTATIVE: The foregoing is a statement of fact.
35. SIGNATURE OF AUTHORIZED REPRESENTATIVE:
36. DATE SIGNED:
37. NAME AND TITLE OF SIGNER:
STANDARD FORM 925 (3/2010) Page 5 of 132
ARCHITECT-ENGINEER QUALIFICATIONS
___________________________________________________________________
PART II - GENERAL QUALIFICATIONS
(If a firm has branch offices, complete for each specific branch office seeking work.)
1. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a. Profile Code
b. Experience
c. Revenue Index
Number
(see
below)
PROFESSIONAL SERVICES REVENUE INDEX NUMBER
1. Less than $100,000 6. $2 million to less than $5 million
2. $100,000 to less than $250,000 7. $5 million to less than $10 million
3. $250,000 to less than $500,000 8. $10 million to less than $25 million
4. $500,000 to less than $1 million 9. $25 million to less than $50 million
5. $1 million to less than $2 million 10. $50 million or greater
2. ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS
(Insert revenue index number shown above)
a. Federal Work:
b. Non-Federal Work:
c. Total Work:
3. AUTHORIZED REPRESENTATIVE. The foregoing is a statement of fact.
a. SIGNATURE OF AUTHORIZED REPRESENTATIVE:
b. DATE SIGNED:
c. NAME AND TITLE OF SIGNER:_____________________________________________________________________
STANDARD FORM 925 (3/2010) Page 6 of 132
List of Experience Categories (Profile Codes)
Code Description Code Description
A01 Acoustics, Noise Abatement D01 Dams
(Concrete; Arch)
A02 Aerial Photography; Airborne Data and Imagery D02 Dams
(Earth; Rock)
; Dikes; Levees
Collection and Analysis D03 Desalinization
(Process and Facilities)
A03 Agricultural Development; Grain Storage; D04 Design-Build - Preparation of Requests for
Farm Mechanization Proposals
A04 Air Pollution Control D05 Digital Elevation & Terrain Model Dvlpmt.
A05 Airports; Navaids; Airport Lighting;
Aircraft Fueling D06 Digital Orthophotography
A06 Airports; Terminals and Hangars; Freight D07 Dining Halls; Clubs; Restaurants
Handling D08 Dredging Studies and Design
A07 Arctic Facilities
A08 Animal Facilities E01 Ecological and Archeological
A09 Anti-Terrorism/Force Protection Investigations
A10 Asbestos Abatement E02 Educational Facilities; Classrooms
A11 Auditoriums and Theaters E03 Electrical Studies and Design
A12 Automation; Controls; Instrumentation E04 Electronics
E05 Elevators; Escalators; People-Movers
B01 Barracks; Dormitories E06 Embassies and Chanceries
B02 Bridges E07 Energy Conservation; New Energy
Sources
C01 Cartography E08 Engineering Economics
C02 Cemeteries
(Planning and Relocation)
E09 Environmental Impact Studies,
C03 Charting; Nautical and Aeronautical Assessments or Statements
C04 Chemical Processing and Storage E10 Environmental and natural Resource
C05 Child Care/Development Facilities Mapping
C06 Churches; Chapels E11 Environmental Planning
C07 Coastal Engineering E12 Environmental Remediation
C08 Codes; Standards; Ordinances E13 Environmental Testing and Analysis
C09 Cold Storage; Refrigeration and
Fast Freeze F01 Fallout Shelters; Blast-Resistant Design
C10 Commercial Building
(Low Rise)
; F02 Field Houses; Gyms; Stadiums
Shopping Centers F03 Fire Protection
C11 Community Facilities F04 Fisheries; Fish Ladders
C12 Communications Systems; TV; Microwave F05 Forensic Engineering
C13 Computer Facilities; Computer Service F06 Forestry and Forest Products
C14 Conservation and Resource
Management G01 Garages; Vehicles Maintenance Facilities;
C15 Construction Management Parking Decks
C16 Construction Surveying G02 Gas Systems
(Propane; Natural, Etc.)
C17 Corrosion Control; Cathodic Protection G03 Geodetic Surveying: Ground and Air-
Electrolysis borne
C18 Cost Estimating; Cost Engineering and G04 Geographic Information System
Analysis; Parametric Costing; Services: Development,
Forecasting Analysis, and Data Collection
C19 Cryogenic Facilities
STANDARD FORM 925 (3/2010) Page 7 of 132
Code Description Code Description
G05 Geospatial Data Conversion: Scanning, M08 Modular systems Design;
Digitizing, Compilation, Pre-Fabricated Structures or
Attributing Scribing, Drafting Components
G06 Graphic Design
N01 Naval Architecture; Off-Shore
H01 Harbors; Jetties; Piers, Ship Platforms
Terminal Facilities N02 Navigation Structures; Locks
H02 Hazardous Materials Handling and N03 Nuclear Facilities; Nuclear Shielding
Storage
H03 Hazardous, Toxic, Radioactive O01 Office Buildings; Industrial Parks
Waste Remediation O02 Oceanographic Engineering
H04 Heating; Ventilating; Air O03 Ordnance; Munitions; Special
Conditioning Weapons
H05 Health Systems Planning
H06 High-rise; Air-Rights-Type Buildings P01 Petroleum Exploration; Refining
H07 Highways; Streets; Airfield Paving; P02 Petroleum and Fuel
(Storage and
Parking Lots
Distribution)
H08 Historical Preservation P03 Photogrammetry
H09 Hospital and Medical Facilities P04 Pipelines
(Cross-Country - Liquid and
H10 Hotels; Motels
Gas)
H11 Housing
(Residential, Multi-Family;
P05 Planning
(Community, Regional,
Apartments; Condominiums) Areawide and State)
H12 Hydraulics and Pneumatics P06 Planning
(Site, Installation, and Project)
H13 Hydrographic Surveying P07 Plumbing and Piping Design
P08 Prisons and Correctional Facilities
I01 Industrial Buildings; Manufacturing P09 Product, Machine Equipment Design
Plants P10 Pneumatic Structures, Air-Support
I02 Industrial Processes; Quality Buildings
Control P11 Postal Facilities
I03 Industrial Waste Treatment P12 Power Generation, Transmission,
I04 Intelligent Transportation Systems Distribution
I05 Interior Design; Space Planning P13 Public Safety Facilities
I06 Irrigation; Drainage
R01 Radar; Sonar; Radio and Radar
J01 Judicial and Courtroom Facilities Telescopes
R02 Radio Frequency Systems and
L01 Laboratories; Medical Research Shieldings
Facilities R03 Railroad; Rapid Transit
L02 Land Surveying R04 Recreation Facilities
(Parks,
L03 Landscape Architecture
Marinas, Etc.)
L04 Libraries; Museums; Galleries R05 Refrigeration Plants/Systems
L05 Lighting
(Interior; Display; Theater,
R06 Rehabilitation
(Buildings; Structures;
Etc.) Facilities)
L06 Lighting
(Exteriors; Streets;
R07 Remote Sensing
Memorials; Athletic Fields, Etc.)
R08 Research Facilities
R09 Resources Recovery; Recycling
M01 Mapping Location/Addressing Systems R10 Risk Analysis
M02 Materials Handling Systems; R11 Rivers; Canals; Waterways; Flood
Conveyors; Sorters S01 Safety Engineering; Accident
M05 Military Design Standards Studies; OSHA Studies
M06 Mining and Mineralogy S02 Security Systems; Intruder and Smoke
M07 Missile Facilities
(Silos; Fuels;
Detection
Transport)
S03 Seismic Designs and Studies
Appendix P: Prequalification Form
113
Code Description
S04 Sewage Collection, Treatment, and
Disposal
S05 Soils and Geologic Studies;
Foundations
S06 Solar Energy Utilization
S07 Solid Wastes; Incineration; Landfill
S08 Special Environments; Clean Rooms,
Etc.
S09 Structural Design; Special
Structures
S10 Surveying; Platting; Mapping; Flood
Plain Studies
S11 Sustainable Design
S12 Swimming Pools
S13 Storm Water Handling and Facilities
T01 Telephone Systems
(Rural; Mobile;
Intercom, Etc.)
T02 Testing and Inspection Services
T03 Traffic and Transportation Engineering
T04 Topographic Surveying and Mapping
T05 Towers
(Self-Supporting and Guyed
Systems)
T06 Tunnels and Subways
U01 Unexploded Ordnance Remediation
U02 Urban renewals; Community
Development
U03 Utilities
(Gas and Steam)
V01 Value Analysis; Life-Cycle Costing
W01 Warehouse and Depots
W02 Water Resources; Hydrology;
Ground Water
W03 Water Supply; Treatment and
Distribution
W04 Wind Tunnels; Research/Testing
Facilities Design
Z01 Zoning; Land Use Studies
Appendix Q: Consultant Evaluation Form
114
APPENDIX Q
CONSULTANT EVALUATION FORM
Appendix Q: Consultant Evaluation Form
115
Appendix Q: Consultant Evaluation Form
116
Appendix R: Agreement and Work Order Cover Sheet
117
APPENDIX R
AGREEMENT AND WORK ORDER COVER SHEET
Appendix R: Agreement and Work Order Cover Sheet
118
Appendix S: Proposed Key Personnel to Be Used on Project
119
APPENDIX S
Proposed Key Personnel to Be Used on
Project
(Tier C or D)
Appendix S: Proposed Key Personnel to Be Used on Project 120
Proposed Key Personnel to Be Used on Project
NAME
FIRM NAME
TITLE
License or
Certification if
Required
PROPOSED ROLE ON THE PROJECT
1. Include all personnel who are proposed to work on the project including sub-consultants. Use multiple sheets of this form if needed. Short resumes may
be included.
2. If the Project Team has a change in key personnel during the selection or negotiation process, the Consultant is required to submit notification in writing
immediately to the SDDOT PM. If the Project Team has a change in any personnel after the Notice to Proceed on a work order, the Consultant is required
to immediately notify the PM. If SDDOT does not approve the change, the SDDOT may request a revision to the proposal, revisit the selection process,
score the Consultant lower on the evaluation form, or terminate the contract.
Appendix T: General Conflict of Interest Waiver Form
APPENDIX T
General Conflict of Interest Waiver
Form
121
Appendix T: General Conflict of Interest Waiver Form
122
Appendix U: Time Extension Amendment Letter Example
APPENDIX U
Time Extension Amendment Letter
Example
123
Appendix U: Time Extension Amendment Letter Example
124