COST SAVINGS INITIATIVE PROPOSAL



Similar documents
Section 10.8 AUGER CAST PILES

Reasons for Change Orders

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

Title 1, Chapter 57 of the Texas Administrative Code

108-C-215 CRITICAL PATH METHOD SCHEDULE. (Revised )

FORM A FLORIDA DEPARTMENT OF TRANSPORTATION I-4 ULTIMATE PROJECT INSTRUCTIONS TO PROPOSERS PROPOSAL LETTER

Section 12.1 RIGHT OF WAY CERTIFICATION

Section 12.1 PROJECT ACCEPTANCE

SCT AND MCAS MIRAMAR FOTS SOUTHERN CALIFORNIA TRACON

Section 11.5 TESTING AND CORRECTING ASPHALT PAVEMENT SURFACE DEFICIENCIES

P. ALTERNATE TECHNICAL CONCEPTS FOR CONSTRUCTION, STAGING AND TRAFFIC CONTROL

CHAPTER 7: QUALITY CONTROL/QUALITY ASSURANCE ***DRAFT***

Request for Proposal For: CQ5 Java Developer. ABA Information Systems April 11, Table of Contents

Section 100 Contractor Quality Control Program

State of Florida Department of Transportation

V. MATERIALS ACCEPTANCE PROGRAM

CHAPTER 15 EQUAL EMPLOYMENT OPPORTUNITY, ON-THE-JOB TRAINING AND PREVAILING WAGES

Proprietary Product Certification Process

Attachment A Terms and Conditions

Memorandum. Jeff Jasper, P.E. Director, Division of Design. Technical Support TEBM, Division of Construction. From: Jeremiah Littleton, P.E.

SECTION CONSTRUCTION SCHEDULE B. Part 1 - General Work Included Related Requirements Reference Standards...

Consultant Design Errors and Omissions

Architect and Engineering Consultant Negotiations and Contracting Recommendations

OFFICE MEMORANDUM. DATE: January 14, 2015

PROJECT MANAGEMENT HANDBOOK, PART 2 - PHASE SPECIFIC PROJECT MANAGEMENT ISSUES

CDO WORKFORCE INVESTMENT BOARD. REPLACES CDO Workforce Investment Board Procurement Policy, dated 9/30/05

Quality Assurance Procedures for Construction and Materials Sampling and Testing 14

DISTRICT: Date Submitted to DOE: Contact Person s Name Title. Phone # E mail:

Requirements for Qualifications Package Submittals

Design Development Agreement

EXHIBIT "A" SCOPE OF SERVICES POLICY PLANNING CONSULTANT

Project Management On-line Guide

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

City of Plano Municipal Center 1520 Avenue K # 370 Plano, TX 75074

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP)

Request for Proposal RFP # Printing & Mailing Services

REIMBURSEMENT MEMORANDUM OF AGREEMENT (STATE AND LOCAL GOVERNMENT ENTITY)

CONSTRUCTION COST ESTIMATES

PARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The Commodity Futures Trading Commission

WCIRB California Test Audit Program Effective January 1, 2012 Revised August 2015

Request for Proposal For: Video Production and Live Streaming Services. ABA Section of Litigation August 14, 2013.

Detroit Land Bank Authority. Request for Proposals: Call Center Services

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION DISPUTE REVIEW BOARD THREE PARTY AGREEMENT (EFFECTIVE JULY 2011 LETTINGS)

PN /16/ CRITICAL PATH METHOD PROGRESS SCHEDULE

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements

Appendix A Contractor Quality Control Plan The Contractor Quality Control Plan is the Contractor s management plan for executing the contract.

Section 10.9 STRUCTURAL STEEL AND MISCELLANEOUS METAL COMPONENTS

STATE OF FLORIDA VOLUNTARY PREKINDERGARTEN EDUCATION PROGRAM SPECIALIZED INSTRUCTIONAL SERVICES PROVIDER AGREEMENT

TABLE OF CONTENTS. Purchasing and Contracts Division Purchasing Policies and Procedures The Competitive Process... 2

Small Business Direct Install Program. Bidders Conference. April 24, 2014

City Manager EFFECTIVE DATE: SUPERCEDES NO: PAGE NO: OCTOBER,

MATERIALS: The Contractor shall provide the latest version of Primavera SureTrak software.

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES PINE TRAIL ELEMENTARY HVAC, CEILING & LIGHTING PROJECT NO

Robla School District

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

FLORIDA WORKERS' COMPENSATION REIMBURSEMENT MANUAL FOR HOSPITALS

Additional limitations to fixed fee or profit may be addressed by an IO s Operating Procedures.

Employee Incentive Program Guidelines

Texas Department of Transportation

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REVIEW AND APPROVAL OF A REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

North American Electric Reliability Corporation. Compliance Monitoring and Enforcement Program. December 19, 2008

REQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES

City of Powell Request for Proposals for a Total Compensation Survey

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Section 8.1 Volume I QUALITY ASSURANCE PROGRAM OF PRECAST PRESTRESSED CONCRETE PRODUCTS

STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES REQUEST FOR INFORMATION DFS RM RFI 12/13-04

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Attachment 5 Electrical Engineering

1 OPPORTUNITY SUMMARY

RULES FOR THE ADMINISTRATION, CERTIFICATION AND OVERSIGHT OF COLORADO ONLINE PROGRAMS

Generic CMMS Quality Assurance Plan

Construction Management Standards of Practice

Utility Coordination Procedures for Hillsborough County Construction Projects within County Rights-of-Way

KAREN E. RUSHING. Audit of Purchasing Card Program

PARTNERSHIP AGREEMENT Between The U.S. Small Business Administration And The U.S. Department of Homeland Security

Worship Facility Matching Grant Program 2010 Program Manual

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

CRITICAL PATH METHOD (CPM) SCHEDULES

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

ACTIVITY REPORTING AND PROPOSAL FORM JUDICIAL COUNCIL DIRECTIVES AOC RESTRUCTURING


AIA Document A141 TM Standard From of Agreement Between Owner and Design- Builder

Seeking Residential Rehabilitation Cost Estimating and Monitoring Services Neighborhood Housing Services of Orange County, NSP Program.

Ocoee, FL July 01, 2016 Advertisement No. 1

STATE OF DELAWARE DEPARTMENT OF TRANSPORTATION DESIGN-BUILD PROJECT. for INDIAN RIVER INLET BRIDGE SCOPE OF SERVICES PACKAGE CONTRACT DOCUMENTS PART 1

NEW JERSEY DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE GOAL SUBMISSION FEDERAL FISCAL YEARS 2014 THROUGH 2016

EXHIBIT A SCOPE OF SERVICES CONSTRUCTION MANAGEMENT TEAM POSITIONS AND REQUIREMENTS

MANAGEMENT 3 PROCUREMENT AND CONTRACTOR. Purpose

MODEL SCHEDULING SPECIFICATION

ITEM DOCUMENT CONTROL MANAGEMENT DESCRIPTION:

FDOT DISTRICT 5 ITS DECISION SUPPORT SYSTEM & ATMS SOFTWARE DEVELOPMENT (CONCEPT STUDY)

VDOT GOVERNANCE DOCUMENT

SUPPLEMENTAL SPECIFICATIONS CROSS SLOPE VERIFICATION:

Request for Proposal For Internet Service

REQUEST FOR PROPOSAL

Muskegon Community College Request for Proposal Insurance Agent/Broker

Transcription:

Approved: Effective: April 20, 2011 Office: Specifications and Estimates Topic No.: 625-030-005-d Department of Transportation PURPOSE: COST SAVINGS INITIATIVE PROPOSAL To provide a consistent and uniform process for the Department of Transportation (Department) to evaluate Cost Savings Initiative (CSI) Proposals submitted by Contractors. AUTHORITY: Sections 20.23(4)(a) and 334.048(3), Florida Statutes (F.S.) SCOPE: This procedure affects Department personnel, Consultants, Contractors, and others who may be required to evaluate and process a CSI Proposal. REFERENCES: (1) Section 4 of the Florida Department of Transportation (FDOT) Specifications http://www.dot.state.fl.us/specificationsoffice/ (2) American Association of State Highway and Transportation Officials (AASHTO), Guidelines for Value Engineering, AASHTO Bookstore, http://www.transportation.org (3) Federal Highway Administration (FHWA), Construction Program Guide, Value Engineering Change Proposals (VECPs) http://www.fhwa.dot.gov (4) Chapter 26 of the Plans Preparation Manual (PPM), Volume 1, Topic No. 625-000-007 http://www.dot.state.fl.us/rddesign

Page 2 of 6 GENERAL: The CSI Proposal provision is found in Section 4 of the FDOT Specifications. This provision provides a method for the Contractor to propose changes in the contract requirements which will accomplish the project s functional requirements, while reducing the project cost, increasing cost effectiveness or significantly improving the project quality without degrading performance, maintainability, or safety. Any proposal submitted that reduces the project cost without substantially changing the work and that was not otherwise provided for in the contract documents should be considered as a CSI Proposal. DEFINITIONS: Concept Meeting: Held after contract time begins used to exchange ideas concerning a potential CSI Proposal that a Contractor is considering. The purpose of this meeting is to discuss the feasibility of the Contractor s proposal prior to the Contractor incurring substantial development costs. Contract Schedule: A procedural plan that indicates the time and sequence of each construction operation, such as a Critical Path Method (CPM) or Gantt chart. Allowable Contract Time: The calendar days allowed for completion of the contract work including authorized time extensions. Cost: The amount paid or charged for goods and services. CSI Workshop: Held prior to the beginning of contract time used for the Contractor and Department to discuss potential proposals. Function: The original intent or purpose that a product, service, or process is expected to perform. 1. CSI PROPOSAL REVIEW PROCESS 1.1 CSI Workshop A CSI Workshop shall be held, prior to contract time beginning, for the Contractor and Department to discuss potential CSI Proposals. The purpose of the workshop is to discuss any ideas that could result in reducing the cost of the project, reducing contract time, increasing the cost effectiveness of the project, or improving the quality of the project. The group should consider the advantages and disadvantages of the ideas and

Page 3 of 6 also discuss submittal dates and review periods. The Department, at its sole discretion, may delay the start of construction at the beginning of a contract for the purpose of CSI Proposal development and review. The CSI Workshop can be eliminated only if agreed to by both the Department and the Contractor. The Construction Project Manager shall be responsible for scheduling and coordinating the CSI Workshop. The Contractor, Construction Project Manager, Engineer of Record, Design Project Manager, District Value Engineer (DVE), and representatives from any office that functionally could be affected by the proposed change (i.e., Design, Construction, Materials, and Maintenance) shall attend the workshop. On FHWA full oversight projects, the FHWA Area Transportation Engineer should also be invited to the workshop. The State Structures Design Office shall be invited to the workshop for any project involving a Category 2 Bridge. For CSI Proposals that propose major design modifications on a Category 2 Bridge, the independent peer review requirements as outlined in Section 4 of the FDOT Specifications and Chapter 26 of the Plans Preparation Manual (PPM), Volume 1, Topic No. 625-000-007 must be discussed with and be agreed to by the Contractor. 1.2 Concept Meeting For potential CSI Proposals not discussed at the CSI Workshop, the Construction Project Manager shall schedule a concept meeting prior to submission of the CSI Proposal. The meeting shall be attended by the same parties listed for the CSI Workshop and representatives from any office that could be affected by the proposed change. The purpose of this meeting is to discuss the concept and contract schedule prior to the Contractor incurring substantial developmental costs. This meeting is intended to enhance the acceptability of the proposal. The group should consider the advantages and disadvantages of the proposal and the current design. The Contractor and Department should discuss the submittal date, the review period, and the contract schedule to determine the urgency of the submittal. The Department, if justified, may grant time extensions to allow for the time required to develop and review a CSI Proposal. The Concept Meeting can be eliminated only if agreed to by both the Department and the Contractor. On FHWA full oversight projects, the FHWA Area Transportation Engineer should also be invited to the meeting. The State Structures Design Office shall be invited to the meeting for all CSI Proposals that propose major design changes to Category 2 Bridges. For CSI Proposals that propose major design modifications on a Category 2 Bridge, the independent peer review requirements as outlined in Section 4 of the FDOT Specifications and Chapter 26 of the Plans Preparation Manual (PPM), Volume 1, Topic No. 625-000-007 must be discussed with and be agreed to by the Contractor.

Page 4 of 6 1.3 CSI Proposal Submittal by Contractor The Contractor shall submit the CSI Proposal to the Resident Engineer/Operations Engineer (RE/OE), who will forward to the DVE. The contents of the complete submittal package shall meet the data requirements listed in Section 4 of the FDOT Specifications and shall also include the following: Project name and location Contractor name and contact information 1.4 Reviewer Identification Upon receipt of the CSI Proposal submittal package, the DVE, with the assistance of the RE/OE, shall coordinate reviews with all impacted technical areas. The participants in the CSI Workshop or Concept Meeting shall be included in the review of the proposal. The State Construction Office and the District Specifications Engineer must review any CSI Proposal that impacts a specification. The State Materials Office should review any CSI Proposal that impacts materials or materials testing. The DVE shall forward to the State Structures Design Engineer any CSI Proposal concerning Category 2 Bridges. 1.5 Establishment of Review Schedule According to Section 4 of the FDOT Specifications, the Contractor will state the date required for resolution of the CSI Proposal. To determine if the Contractor s time frame is reasonable, the DVE shall provide the District Design Engineer (DDE) and/or the District Consultant Project Management Engineer (DCPME), with a copy of the CSI Proposal. The DDE and/or the DCPME shall evaluate the time necessary to review the technical aspects of the proposed changes. If the Contractor s schedule cannot be met, the Department will immediately notify the Contractor and schedule a meeting to negotiate a mutually acceptable review period. If a mutually acceptable review period cannot be reached then the CSI Proposal is rejected and the Contractor is notified immediately. 1.6 Technical Review Upon the establishment of an acceptable review period, the CSI Proposal will be distributed to the reviewers with a due date for completion of the review. The DVE will ensure that the reviewers meet the agreed upon schedule. When a district reviewer desires technical review assistance from outside the district, the reviewer is responsible for obtaining the review and forwarding the resulting comments to the DVE for inclusion in the package. Reviewers shall return their comments to the DVE. The DVE shall compile all technical review comments and forward to the District Construction Engineer (DCE).

Page 5 of 6 On FHWA full oversight projects, the RE/OE will notify and copy the FHWA Area Transportation Engineer and request that all comments be forwarded to the DCE. The RE/OE will review the CSI Proposal for constructability, quantity computations, adherence to the contract requirements, and verification of the Contractor s proposed savings. As indicated in the contract, the Department must carefully review for proper documentation of the increase/decrease of pay item quantities as well as any unit cost changes. The items that are changed must be a result of the CSI Proposal proposed by the Contractor. The RE/OE s review should include any changes to the contract schedule and contract time. The RE/OE will forward the results of their review to the DCE. The DCE will review the findings, including all comments from the FHWA Area Transportation Engineer. 1.7 Post Review Administration Once the appropriate and responsible offices have reviewed and commented on the CSI Proposal, the DCE shall compile the review comments and forward the following to the District Director of Operations (DDO) or designee: A description of the CSI Proposal, including estimated savings. All comments resulting from the comprehensive review. Recommendation on approval or rejection. The date a decision is required. 1.8 Resolution With all reviews and recommendations in hand, the DDO or designee will either approve or reject the proposal in writing. For documentation and reporting, the DVE shall be copied on all decisions regarding the CSI Proposal. The DDO or designee may request a resolution meeting to clarify issues prior to making a decision. If requested, the DCE shall schedule a resolution meeting. The DCE through the RE/OE shall immediately inform the Contractor of the review decision. If the CSI Proposal is approved, the Contractor shall receive 50% of the net reduction of the cost savings. The net reduction will be determined by subtracting the documented engineering costs incurred by the Contractor from the construction cost savings. Example: Construction Cost Savings $100,000 Documented Engineering Costs $ 10,000 Net Reduction $ 90,000 50% of Net Reduction $ 45,000 A supplemental agreement reducing the contract amount by the 50% net reduction

Page 6 of 6 ($45,000) shall be prepared for approved CSI Proposals. The documented engineering costs shall not exceed 25% of the construction cost savings and shall be documented by consultant certified invoices billed to the Contractor. The cost associated with the development and implementation of the CSI Proposal by the Contractor s employees shall not be included in the development costs. The total construction cost savings, the Contractor s documented engineering costs, and the net reduction of the contract shall be reflected in a supplemental agreement. A copy of the supplemental agreement implementing an approved CSI Proposal shall be forwarded to the DVE, DDE, DCPME, District Specifications Engineer, and the Design Project Manager. A CSI Proposal that proposes major design modifications of a Category 2 Bridge shall meet the requirements of Section 4 of the FDOT Specifications and Chapter 26 of the PPM, Volume 1, Topic No. 625-000-007. The supplemental agreement incorporating the CSI Proposal modifications on a Category 2 Bridge shall reference Chapter 26 of the PPM for the requirements of an independent peer review. 2. REPORTING The DVE is responsible for inputting and updating the CSI Proposal data in the Value Engineering Reporting database. The State Value Engineer (SVE) shall develop a quarterly report on the progress of the CSI Program and formally report to the Executive Committee on an annual basis. The DVE shall also notify the SVE of potential statewide opportunities for design, construction, and maintenance improvements. 2.1 Record Management CSI Proposal records are designated as construction documents and have a retention cycle consistent with that classification. 3. TRAINING There is no mandatory training associated with this procedure. 4. FORMS There are no mandatory forms associated with this procedure.