DESIGN/BUILD CHANGE ORDER APPROVAL PROCESS

Similar documents
Reasons for Change Orders

Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools

Contract Administration

PENNSYLVANIA BUILDERS ASSOCIATION INSTRUCTIONS TO HOME IMPROVEMENT MODEL CONTRACT STANDARD FORM Introduction

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

Pricing of Construction Contract Change Order Documentation

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

Summary of Changes. Throughout. Chapter 1

ADVERTISING, SALE & AWARD

TOWN OF JUPITER. Honorable Mayor and Members of Town Council Andrew D. Lukasik, Town Manager. David L. Brown, Director of Utilities

OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

Design-Build Manual. Office of Construction and Innovative Contracting (OCIC)

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

OVERVIEW OF MDOT CONSTRUCTION ISSUES

Document A101. Standard Form of Agreement Between Owner and Contractor where the basis of

REQUEST FOR PROPOSALS. Professional Consultant Retainer Contract

New Jersey Administrative Code. Encumbrance Accounting and Certifications of Availability of Funds

COST SAVINGS INITIATIVE PROPOSAL

Request for Proposals. SFY 2014 Section 604(b) Water Quality Planning Pass-Through Grant Program

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

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

FAR Table Instructions for Submitting Cost/Price Proposals When Cost or Pricing Data Are Required

Within the context of this policy, the following definitions apply:

REQUEST FOR PROPOSALS (RFP) N60354C For GEMINI Instrument Upgrades: Small Projects. RFP Main Document (IUSP-01)

SABBATICAL LEAVES OF ABSENCE

DEMO Version. Owner and Contractor OCNMP103

CITY OF STARKE. Project #

We released this document in response to a Freedom of Information request. Over time it may become out of date. Department for Work and Pensions

Appendix A Alternative Contracting General Engineering Consultant RFP. Appendix A

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

RFP ADDENDUM NO. 1

CHAPTER 23. Contract Management and Administration

First 5 Trinity County Request for Proposal Website Design for First 5 Trinity County Complete Bids are Due October 2, 2015 at 5:00 p.m.

Targeted Group Business (TGB) and Veteran-Owned Small Business Special Provisions

City of Powell Request for Proposals for a Total Compensation Survey

PART 3. Lump Sum Design-Build Agreement Between Department and Design-Builder

Public Works Contract Completion

City of Eugene Initiative Process

MANUAL OF PROCEDURE. Miami Dade College Purchasing Card Program. VI-2 Bidding for Commodities and Services VI-3A Minority Business Enterprises

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

ARMY MENTOR-PROTÉGÉ PROGRAM FY 2015 Proposal Instructions

Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property

RFP # 2229 South Dakota Statewide GIS and Managed Services In Support of the State NG911 Written Inquiry Responses

REQUEST FOR QUALIFICATIONS. For ENGINEERING SERVICES

MINNESOTA STATE COLLEGES AND UNIVERSITIES

INSTRUCTIONS FOR PROVIDING PROFESSIONAL CONSULTING SERVICES

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

Commonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and

Request for Proposal. Enterprise Content Management System

IOWA DEPARTMENT OF PUBLIC HEALTH EMERGENCY MEDICAL SERVICES (EMS) SYSTEM DEVELOPMENT GRANT

AMENDMENT #1 January 20, 2016 REQUEST FOR PROPOSALS (RFP) LOTTERY CENTRAL MONITORING AND CONTROL SYSTEM #

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals on Transportation Electrification Support Issuance Date: March 1, 2016

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

REQUEST FOR PROPOSALS SPEC. # 4995

File: Page 1 of 6 CONSTRUCTION MANAGEMENT AT RISK SCHOOL CONSTRUCTION ALTERNATIVE

SAMPLE INSURANCE BROKER SERVICE AGREEMENT

Request for Proposal

1. Question: Who do I contact if I have a question or concern about this process? Answer: Please contact contractinvoice.support@state.or.us.

REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER

REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES

ACQUISITION ALERT Delegation of Invoice Approval Authority

Federal Reserve Banks Operating Circular No. 4 AUTOMATED CLEARING HOUSE ITEMS

Design-Build Process for Project Managers

Authority. shall. Officer") as follows: award;

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

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

California Department of Transportation. Construction Management System (CMS) Requirements Use Case Report. Version 2.1

BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and

CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

SECTION AWARD AND EXECUTION OF CONTRACT

Fear of Shop Drawings: What Is the Process, Really, and Does It Need Fundamental Change?

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

DESIGN IS GOOD BUSINESS

REQUEST FOR INFORMATION FOR # POINT OF SALE SYSTEM. November 18, 2015

Document Comparison. AIA Documents A and A131CMc 2003

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

PART 252 SERVICE-DISABLED VETERAN-OWNED-BUSINESS ENTERPRISE PROGRAM. (Statutory authority: Executive Law, 200, 369-i[5])

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

1. Provide advice and opinions regarding workers compensation issues, as needed;

RICH PHARMACEUTICALS, INC.

Project Management Guidelines

UNIFIED FACILITIES GUIDE SPECIFICATIONS ************************************************************************** SECTION TABLE OF CONTENTS

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

CHAPTER 3.0: PROCUREMENT AND CONTRACTING

LOGGING SUBCONTRACT. Recital

REQUEST FOR PROPOSALS: Internal and External Assessment of Network, Computer, and Application Environments.

CORPORATION FOR PUBLIC BROADCASTING Request for Proposals Moderated Online Focus Groups and Data Analysis

OFFICE OF CITY OF SAN DIEGO. Michael J. Aguirre CITY ATTORNEY. October 16, 2008

Performance Bond. Business):

REQUEST FOR PROPOSAL

PROCUREMENT STANDARD OPERATING PROCEDURES (SOP)

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

POWER PURCHASE AND SALE AGREEMENT [NON-INCENTIVE]

Position Classification Standard for Procurement Clerical and Technician Series, GS Table of Contents

APPENDIX D CONTRACTUAL AGREEMENT (Sample) THE GOVERNMENT OF SASKATCHEWAN as represented by the Minister of Energy and Resources

Request for Proposals

Transcription:

Design/Build Change Order DESIGN/BUILD CHANGE ORDER APPROVAL PROCESS A Design/Build Change Order is a legal and binding agreement that modifies the original contract as executed and approved. Design/Build Change Orders may be issued for the following purposes (or combination thereof): a) to modify the scope of Work; b) To revise the Completion Deadline; c) To revise the Contract Price; and d) To revise other terms and conditions of the Contract Documents. Whenever a Design/Build Change Order affects items in a group that is funded wholly or in part by a County or Municipality, the Engineer must inform the Office of Technical Support, Municipal Agreements Unit promptly so that they can update the Cooperative Agreement associated with the project. A. Standard Procedure The following is a Standard procedure to prepare a Design/Build Change Orders. 1. A project change, meeting one or more of the Design/Build Change Order criteria listed above, needs to be addressed. 2. The Mn/DOT Project Manager refers to the Design/Build Change Order Process Flowchart and Contract to determine the appropriate course of action. The course of action will vary depending if Mn/DOT or the Contractor initiates the Design/Build Change Order. a. Mn/DOT Initiated Project Manger follows the requirements in the contract. If necessary, the Project Manager will issue a Request for Change Proposal prior to completing the Change Order. Mn/DOT or the Contractor drafts the Change Order. b. Contractor Initiated Contractor shall deliver a Change Notice within 10 days after discovering the necessary change. The Contractor prepares the Change Order. The Project Manager follows the requirements in the contract. 3. The Mn/DOT Project Manager solicits labor, equipment, material, overhead, and profit estimates from the Contractor for any additional work. If a change in the critical path is impacted with the Design/Build Change Order, the Mn/DOT Project Manager solicits a revised project schedule. The Engineer may request 2

change order options from the Contractor. One showing time impacts/extensions and one showing acceleration costs to meet the schedule. 4. The Mn/DOT Project Manager works with the Contractor and the Mn/DOT Engineering Cost and Estimation Unit (Mn/DOT Estimating) to determine justifiable prices (if a change in cost is included in the Change Order). 5. The Mn/DOT Project Manager or Contractor drafts the Design/Build Change Order using the Design/Build Change Order form. The form is broken into seven general areas: I. Scope of Work Whereas subsection general requirements include: General Project Description Specific Problem/Change Determined Solution Now therefore subsection general requirements include: Contractors Responsibility Mn/DOT Responsibility Applicable Specification/Revision Method of Payment Method of Measurement II. Cost Estimate Increased Contract, Negotiated and Time and Materials Items Decreased Contract Items Negotiated Credits Distribution of Funds III. Impact Delay Analysis Changes impacting critical path Modifications to the Project Schedule IV. Attachments Inclusion documents that are referenced within the agreement V. Disclaimer Retain the standard disclaimer and add additional ones as required. VI. Signatures Refer to the attached document to justify if a Level 1 or Level 2 signature is required. VII. Fund Encumbrance To be filled out by the OCIC and Department of Finance 6. The Mn/DOT Project Manager routes the draft Design/Build Change Order through the OCIC Supplemental Agreement Technician (Karen Peters, 651-205- 4424, karen.peters@dot.state.mn.us). The Project Manager determines the level of approval for the Change Order based on Appendix A and in consultation with

Karen Peters. The draft copy may be sent via Groupwise, e-mail or fax. All electronic versions should be sent in Microsoft Word format. 7. If a Change Order involves changes in Mn/DOT general design/build standards, the Mn/DOT Project Manager should route the draft Change Order to the OCIC Design/Build Director. This routing is not for approval, but to keep the OCIC informed on changes that may need to be made on future design/build projects. 8. After making the final revisions and upon receiving concurrence on the prices from Mn/DOT Estimating, the agreement is then approved and signed by the Mn/DOT Project Manager, Contractor and the Assistant District Engineer. All parties must sign the last page of the Agreement. However, all the pages of the Agreement may be signed if desired. The original Design/Build Change Order is sent to the OCIC. All Design/Build Change Orders must include a transmittal letter that includes the justification of cost and time extension. The transmittal letter should include attachments such as: Record of negotiations (approvals from Mn/DOT estimating) Prime Contractor labor, materials, equipment, overhead and profit breakdown Subcontractor labor, materials, equipment, overhead and profit breakdown on subcontractor stationary Acceleration cost breakdown Correspondence Directive Letter Change Notice Request for Change Proposal Meeting Minutes Sworn Contractor Certifications 9. OCIC (routed through Karen Peters) will review and approve the Design/Build Change Order before routing the agreement through the following required areas for Level 2 approval if required: Mn/DOT Budget Office and Office of EEO and Contract management (Contract Management), as delegated by the Department of Administration. The Change Order will be routed to additional areas for review or approve the Design/Build Change Order as needed: Time Extension, Cost Data and Estimation, and Claims. 10. When Contract Management has approved the Design/Build Change Order and the funds have been encumbered, the Agreement is considered fully executed.

After the Design/Build Change Order is fully executed: OCIC enters the necessary Agreement information into the Contract Management System (CMS). CMS transfers the data to the District file queue. District personnel can then download the file to a computer disk and distribute the disk to the appropriate field personnel for uploading into their Contract Administration Advance Record System (CAARS). OCIC sends a scanned email copy to the District Office. The District Office is requested to forward a copy to the ADE and District Design. However, the computer queue with approved funding may precede the fully executed Agreement. It is advisable to periodically check the queue for Agreement information. The OCIC Automation Section should be contacted for further information on appropriate procedures. Once the information is loaded into CAARS, the Engineer can then pay the contractor for extra work as it is performed and accepted. B. Expedited Supplemental Agreements Part A and Part B When a project change occurs that requires extra work to be performed immediately or prior to execution of a Design/Build Change Order using the Standard procedure, an expedited Design/Build Change Order consisting of a Part A and Part B agreement may be used. Design/Build Change Order Part A and Part B should not be used for Claims, changing Contract Time or Contract Specification Provisions that involve no change in cost, nor when there is ample time to complete negotiations of all aspects of the Agreement in the Standard procedure. Any questions regarding the proper use of Design/Build Change Order Part A and Part B should be referred to the OCIC Supplemental Agreement Specialist at 651-296-6896. Design/Build Change Order Part A Note: Authorizing the work involved with a Design/Build Change Order Part A before it is fully executed is in violation of Mn Statute MS 16C.05. The following is the procedure for preparing Design/Build Change Order Part A (Part A) The Mn/DOT Project Manager follows steps 1 through 4 of the Standard Procedure 5. The Mn/DOT Project Manager or Contractor drafts the Design/Build Change Order using the Design/Build Change Order form. The form is broken into seven general areas:

I. Scope of Work General Scope of Project: Provide in general terms, the description of the project. Problem: Give a general overview of the situation encountered and why it is essential to be completed under the contract. Resolution: Briefly provide an explanation of what Extra Work is to be performed and what will be expected of the contractor. This should include a directive: The Contractor will. The statements may be brief but must contain sufficient information for all parties to understand the situation. There are no Whereas or Now, Therefore statements required. II. III. Cost Estimate Increased Contract, Negotiated and Time and Materials Items Decreased Contract Items Negotiated Credits Distribution of Funds Impact Delay Analysis It is desireable to have the impact delay analysis identified as quickly as possible and included in the Part A if known. If it is not possible to determine the impact delay analysis for Part A, provide a general statement that the time analysis impacts can not be assessed at this time. An Impact Delay Analysis will be required for Part B. IV. Signatures Refer to the attached document to justify if a Level 1 or Level 2 signature is required. V. Fund Encumbrance To be filled out by the OCIC and Department of Finance 6. Mn/DOT Estimating Unit must approve all negotiated prices. The Mn/DOT Project Manager acknowledges approval by initialing the line These costs have been reviewed and approved by the Office of Technical Support s Pre-Letting & Estimating Unit. 7. The Mn/DOT Project Manager, Contractor, and ADE sign Part A. Part A may be faxed simultaneously to the Contractor and the ADE for signature and returned to the Mn/DOT Project Manager by fax. 8. All Copies of Part A are faxed to OCIC for Agency, Dept. of Administration approval, and FHWA (when appropriate) and fund encumbrance. These

approvals are attained simultaneously rather then sequentially as required for a Standard Design/Build Change Order. 9. When all signers have returned a signed copy of Part A to OCIC and the necessary funds are encumbered, Part A is fully executed. It is anticipated that Part A would be fully executed within days after receipt by OCIC. The Design/Build Change Order signers are committed to expediting Part A Agreements. 10. A scanned copy of the fully executed Part A Change Order will be e-mailed to the Mn/DOT Project Manager. After the Design/Build Change Order is fully executed: The Mn/DOT Project Manager may authorize work. 11. OCIC transfers the computer file containing a descriptive line and the encumbrance amount to a District file queue. No pay lines are included in the download. Payment will be made in the field as a miscellaneous back sheet item. 12. District personnel can then download the file to a computer disk and distribute the disk to the appropriate field personnel for uploading into their Contract Administration Advance Record System (CAARS). 13. Payments may be made upon acceptance of the extra work. Payments made under Part A may not exceed the total amount encumbered for Part A. Design/Build Change Order Part B (Part B) Part B will be a standard agreement that will include the negotiated prices and requirements. The Estimate of Cost will include the amount encumbered in Part A in order to ensure that the final encumbrance will be increased or decreased accordingly. When Part B is fully executed a downloaded, a descriptive line and pay lines will be added to the voucher in the manner of a standard Design/Build Change Order. At this time, any payments made on the back sheet pay lines will be reduced to 0.00. Any increase of funds listed in Part B will be downloaded. If Part A overestimated the money needed for the Agreement, Part B download will decrease the encumbrance. When the Project Final is sent to OCIC, Part A will be deleted entirely from the Final Voucher.

APPENDIX A DESIGN BUILD CHANGE ORDER REVIEW REQUIREMENTS Level 1 Approvals For changes that do not affect contract value, completion date, or significant contractual terms Signature s Required ADE Mn/DOT Project Manager Contractor Types of Work Revised Method of Measurement Document Unacceptable Work or Materials (unless it is of such a significance that it affects the overall performance of the contractor, in which case a more formalized corrective action plan should be documented) Document Incentive (Bonus) Payments authorized by the contract and for which funds have already been encumbered Substitution of Materials Substitution of Methods or equipment at Contractor s request Document Changes in new standards (if contract value or completion date are not affected) Document increased or decreased quantities (if contract value not affected) Alterations in Scope of Work (if contract value and completion date are not affected, and if change is not outside general parameters of RFP and contract) Minor adjustments to special provisions and specifications that do not alter contract value, completion date, or legal responsibility of the contractor Clarifications to contract language (this is to be used primarily for clarification of technical information; input from Contract Management and Attorney General should be sought on interpreting the contract legal language)

Level 2 Approvals For changes to contract value, completion date, or significant contractual terms Signature s Required ADE Mn/DOT Project Manager Contractor Commissioner of Transportation Commissioner of Administration (or Mn/DOT Contract Management if delegated by Department of Administration) Finance (only if funds are encumbered) Types of Work Changes in Work Significant alterations to special provisions and specifications Changes in Contract Time Revisions to the pavement structural section Major revisions to geometric design Incorporation of Alternative Technical Concepts from other teams General Approach - If undecided whether a change is level one or level two, err on the side of a level two change. The formality of a level two change can t hurt, but the informality of a level one change sometimes can.