The City of Tarpon Springs

Similar documents
Independent Accountant s Report On Applying Agreed-Upon Procedures. Sessions Property/Siplin Road Elementary School January 2, 2014

Independent Accountant s Report On Applying Agreed-Upon Procedures. Rock Springs Elementary School Replacement June 4, 2014

Independent Accountant s Report On Applying Agreed-Upon Procedures. Wheatley Elementary School Comprehensive Needs Project April 22, 2015

Independent Accountant s Report On Applying Agreed Upon Procedures

Independent Accountant s Report On Applying Agreed-Upon Procedures. Aloma Elementary School Comprehensive Needs February 3, 2015

Independent Accountant s Report On Applying Agreed Upon Procedures

Independent Accountant s Report On Applying Agreed Upon Procedures

ARTICLE 8: BASIC SERVICES

St. Johns County School District, Florida

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

ILLINOIS COMMUNITY COLLEGE CFO SPRING 2010 CONFERENCE DANCING WITH CONSTRUCTION FIRMS WHAT ARE YOUR OPTIONS? CONSTRUCTION MANAGER VS GENERAL

Introduction by Philip Croessmann, V.P., Director of Risk Management Sources of Construction Claims Common Types of Construction Claims Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Tri-Cities Academic Building Washington State University Richland, WA Project Manual

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

CONSTRUCTION MANAGER AGREEMENT BETWEEN THE UNIVERSITY OF ROCHESTER AND. Insert CM Firm. Insert Name of Project. Insert Project Number

Forsyth County Board of Education

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

WILLIAMS COUNTY HIGHWAY COMPLEX REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT-RISK. January 2nd, PO Box E.

I. PROJECT DESCRIPTION

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual

EASTERN OREGON UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

Document Comparison Matrix

Request For Qualifications Construction Management at Risk

AGC s Preliminary Commentary to the 2007 Edition of the AIA A201 General Terms and Conditions Document

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR PROPOSALS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

Granville Township Request for Qualifications Construction Manager at Risk (CMAR)

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

This Webcast Will Begin Shortly

Performing Contract Audits. Thomas A. Mock, CIA, CCA Director of Internal Audit Lake County Schools

INTERNAL AUDIT REPORT

PMI - Dallas Chapter. Sample Questions. March 22, 2002

REQUEST FOR PROPOSAL. Architectural and Space Planning Services

City Policy & Procedure

Addendum No. 2 Q&A Responses ADDENDUM NO. 2. State of Florida Department of Management Services

Renville County Purchasing Procedures (Procurement Policy)

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition)

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS)

COMMISSION ADOPTED POLICY Procurement Policy

IPP TRANSACTION ADVISOR TERMS OF REFERENCE

February 9, Matthew Knight Arena - Project Audit Oregon University System

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

Construction Contracting. Agents and Vendors. Contractual Relationships. Agents and Vendors. Agents and Vendors. Outline

Construction Management at Risk. Cheryl Olson, CPPO, C.P.M., FCCN Kristine Rumping, CPPB, FCCM

Public Private Ventures Process Guide

Permitting, Procurement, Construction and Performance Risks

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2

Airport Owners Guide to Project Delivery Systems

KENTUCKY DEPARTMENT OF EDUCATION

DeKalb County Board of Education

1 Exam Prep Business and Finance Practice Test 4

Construction Contracting 101 & Public Bidding Requirements

CONSTRUCTION CONTRACT ANALYSIS. Robert Zellmer, CCA Manager Baker Tilly

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES. Issued February 19, 2018 Responses due March 5, 2018 at 3 pm local time

Request for Proposal

3043 Design-Build Contracts

Seattle Public Schools The Office of Internal Audit. Capital Internal Audit Report Historic Horace Mann School Construction

Best Practices for Capital Projects. Agenda

Request for Proposal

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

Document Comparison Matrix

A. For the purposes of this Part, the following words and terms shall have the following meanings:

Il Risk Management nei progetti chiavi in mano Saipem

FLORIDA KEYS AQUEDUCT AUTHORITY AND MONROE COUNTY

The Transportation Partnership Opportunity Fund

Measure M. Board of Trustees Study Session. January 16, 2013

SAN FRANCISCO COMMUNITY COLLEGE DISTRICT GENERAL OBLIGATION BOND FUNDS (ELECTION OF 2001, SERIES A, B, AND C AND ELECTION OF 2005, SERIES A AND B)

Philadelphia Redevelopment Authority 400 N. Broad Street RFP Questions & Answers

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

The Case for Schedule Risk Analysis

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

The BASICS of CONSTRUCTION ACCOUNTING Workshop GLOSSARY

SAN IPSE CAPITAL OP SILICON VALLEY

COMMISSION ADOPTED POLICY Procurement Policy

NC General Statutes - Chapter 143 Article 8 1

Results of Convention Center Hotel RFP Process. Briefing to the Economic Development Committee June 16, 2008

This procedure applies to the Facilities & Safety Business Office (FSBO) and Facilities Planning & Construction (FP&C).

Alpena County Sheriff s Office & Jail Expansion April 16, 2018 RFP for Construction Manager at Risk Services

University System of Maryland Coppin State University

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL

PMI - Dallas Chapter. PMP Exam Sample Questions

Interested entities are asked to please prepare a response according to the instructions in the attached Request for Proposal.

BEST PRACTICE IN COST ESTIMATION. Presentation by : Dr.-Ing Chris Mbatha

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

PUBLIC-PRIVATE PARTNERSHIPS. ACEC Risk Management Committee

ASU PROJECT NO. DP- (CMAR) - PROJECT NAME: DATE ISSUED: OWNER. ARIZONA BOARD OF REGENTS for and on behalf of ARIZONA STATE UNIVERSITY CMAR

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

FTA PROCUREMENT PROCEDURES MANUAL NORTHWESTERN INDIANA REGIONAL PLANNING COMMISSION

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION

Florida ABLE, Inc. FINANCIAL STATEMENTS. June 30, 2016

EAST WAREHOUSE EXPANSION CHATTANOOGA, TENNESSEE 11/03/14 TECHNICAL PROPOSAL & EVALUATION GUIDE

A Guide for Nonprofits Receiving Fiscal and Compliance Monitoring

Energy Savings Performance Contracting Program Process Description

11/12/2015. School Construction A Refresher PUBLIC CONSTRUCTION ISSUES INTRODUCTIONS TODAY S PRESENTERS. November 12, 2015

CONSTRUCTION PROJECT EVALUATION CALIFORNIA STATE UNIVERSITY, FRESNO SAVE MART CENTER. September 26, 2005

Transcription:

Prepared By: Carr, Riggs & Ingram August 29, 2018 The City of Tarpon Springs Contract Compliance Assessment of The Reverse Osmosis Water Treatment Facility

Table of Contents Transmittal Letter... 1 Executive Summary... 2-3 Background... 4-5 Objectives and Approach... 6-7 Observations Matrix... 8-9 Appendix A (Contract Delivery Method Analysis)... 10-13

Carr, Riggs & Ingram, LLC 215 Baytree Drive Melbourne, Florida 32940 (321) 255-0088 (321) 259-8648 (fax) www.cricpa.com August 29, 2018 The Board of Commissioners of The City of Tarpon Springs. Florida 324 East Pine Street Tarpon Springs, FL 34688-5004 Pursuant to the approved Risk Assessment and Internal Audit Plan dated December 5, 2017, we have performed consulting services for the City of Tarpon Springs specifically related to the Reverse Osmosis Water Facility Project ( the Project ). We will be presenting this report to the Board of Commissioners at the next scheduled meeting on October 16, 2018. Our report is organized in the following sections: Executive Summary The executive summary is a concise outline of our observations and a summary of the results of our procedures included in this report. Background This section provides a brief overview of the Project as a whole along with key statistics provided by management. Objectives and Approach The objectives and approach are expanded upon in this section, which provides an outline of the various phases of our assessment. Observations, Recommended Actions and Management Responses This section provides the results of our procedures, including our recommended action and management s response. Appendix A Contract Delivery Method Analysis As described in our objectives and approach, the findings and conclusions are based on our analysis of the processes, documents, records, and information provided to us by management. If our scope had been expanded, including performance of additional procedures and / or sample sizes in the period under review, it may have resulted in findings of questionable or inappropriate transactions. We reserve the right to supplement our findings in the event of any of these circumstances. We offer no assurances that schemes or fraudulent activities have not or are currently not being perpetrated by any person within the City. The sufficiency of these procedures is solely the responsibility of the parties specified in this report. Consequently, we make no representation regarding the sufficiency of the procedures performed either for the purpose for which this report has been requested or for any other purpose. The procedures performed did not constitute an audit in accordance with generally accepted auditing standards. Accordingly, we express no opinion on any of the items assessed. Our procedures were performed in conformity with the Statements on Standards for Consulting Services of the American Institute of Certified Public Accountants. Respectfully submitted, CARR, RIGGS & INGRAM LLC 1

Executive Summary

Executive Summary Overview We have conducted a contract compliance assessment of the Reverse Osmosis Project to identify and recommend opportunities for operational, process and internal controls improvement including best practices. During our review of the construction contract terms and conditions, we noted that the contract delivery method is Design/Build lump sum. Since the contract price was competitively bid and fixed, the auditability (especially cost recovery) of the majority of the construction costs was limited. The primary auditable components, consisted of the following: Bid Tabulation Project work changes Owner Direct Purchase Program and related sales tax savings Final Pay Application reconciliation Potential Disputes Final subcontractor releases / waivers Project substantial and final completion The matrix below outlines the Risk Ratings for each observation and identifies whether the observation is related to operational improvements / best practices or control / compliance matters. This evaluation addresses the priority of the observation and the potential impact on the operations. Items are rated as High, Moderate, or Low. High Risk Items are considered to be of immediate concern and could cause significant operational issues if not addressed in a timely manner. Moderate Risk Items may also cause operational issues and do not require immediate attention, but should be addressed as soon as possible. Low Risk Items could escalate into operational issues, but can be addressed through the normal course of conducting business. Contract Compliance Testing Summary Relative to our testing and assessing of the above seven areas, we found no specific contract compliance exceptions. Observations 1. Project Work Changes implement a formal review, approval and authorization process based on Section 7 of the contract related to costs for changes in the work that are offset by the valuation engineering process and utilization of sales tax savings. 2. Project/Contract Delivery Method perform enhanced cost benefit analysis for the most cost effective and efficient contract delivery method taking into account size and complexity as well as project duration. Risk Rating* Moderate Moderate *CRI notes that these observations pertain to a project that was completed back in December of 2015 and therefore our recommendations cannot be applied to this project, but instead should be implemented in advance of future projects. Additionally, neither observation is considered an exception for this project. 2

Executive Summary - continued Summary of Results (For detail of specific procedures performed for each area below, see Objectives and Approach below). Process / Provision Tested Bid Tabulation Project work changes* Owner Direct Purchase Program Final Pay Application reconciliation Potential Disputes Final subcontractor releases / waivers Project substantial and final completion Contractual Compliance *See observation 1 at Observation Matrix below. Indicates no exceptions were noted during the testing procedure. 3

Background

Background Overview: (Source: Management) The City s Design/Builder completed the Reverse Osmosis Water Facility at the end of December 2015. The grand opening was on December 16, 2015. The total cost related to the project was $55M. The Design/Build construction cost portion to build the facility was approximately $36M. Background information regarding this project is summarized below. For a period of more than ten years, the City of Tarpon Springs worked towards finding its own independent water supply. Construction of the new reverse osmosis water facility at Tarpon Springs made this pursuit a reality. Prior to this facility, the City purchased about 80 percent of its water from Pinellas County, which is supplied by the Tampa Bay Water regional system. The complex project was delivered by design-build and consists of four major components: a reverse osmosis water treatment facility, the outfitting of 15 wells (drilled by the City) with pumps, the raw water transmission pipelines, and a concentrate disposal pipeline. The project also includes an operations building including labs, offices, electrical rooms, RO skids, etc., and a 5 million-gallon (MG) water storage tank with an internal 2.5 MG separate tank. The City of Tarpon Springs has a population of about 25,000 and the new plant produces up to 6.4 million gallons of water per day. Using a progressive design-build approach, the design-build team partnered with the City early on to define the scope and its quality, budget and schedule. 4

Background - continued The project also demonstrates the importance of partnerships in meeting a regional environmental challenge. The Tampa Bay region is growing rapidly, which places a stress upon our natural resources, particularly the water supply. Recognizing the importance of this project in diversifying the water supply in the region, the Southwest Florida Water Management District (SWFWMD) partnered with the City to fund the project. In order for the project to receive full funding, the project was fast-tracked to meet the desired occupancy date. Knowing this deadline was critical to the success of the project, the design-build team rallied as one to meet the deadline and the facility was able to come on line on schedule. 5

Objectives and Approach

Objectives and Approach Objectives The primary objectives included the following: Performed a construction contract compliance review of the construction contract to identify potential overbillings/cost recovery. Identified potential improvements to the contract terms and conditions process or control related improvements. Services and Scope of Work During our review of the construction contract terms and conditions, we noted that the contract delivery method was Design/Build lump sum. Since the contract price was competitively bid and fixed, the auditability (especially cost recovery) of the majority of the construction costs was limited. The primary auditable components consisted of the following areas: Bid Tabulation Project work changes Owner Direct Purchase Program and related sales tax savings Final Pay Application reconciliation Potential Disputes Final subcontractor releases / waivers Project substantial and final completion Approach Our approach consisted of four phases: Phase One Risk Assessment and Internal Audit Plan Development During phase one, we performed an entity-wide risk assessment and developed and presented our Five Year Internal Audit Plan to the City Commission for approval. The Reverse Osmosis Water Treatment Project was selected as the first project to assess. The Risk Assessment and Five Year Internal Audit Plan was presented and received by the City Commission on December 5, 2017. Phase Two Understanding the Project and related contract terms and conditions During this phase we had an entrance conference with the Project Administration Director to discuss the scope and objectives of the audit work, obtained preliminary data, and established working arrangements. Additionally, we had a teleconference meeting with the Design/Build lead contact to discuss the project and the documentation request list and other matters related to the project. We obtained the contract documents and various other documentation directly from the Design/Builder to conduct our procedures noted in Phase Three. Phase Three Contract Compliance Testing and Process Improvement / Best Practices During this phase, we performed various contract compliance testing for the auditable components identified above in Scope of Work and Services. Additionally, we identified potential areas for improvement / best practices as part of our procedures. 6

Objectives and Approach continued Major work steps/ procedures included: Reviewed the Bid tabulation Score Sheet to determine that the bidder that scored the highest in terms of qualifications, experience and price was properly selected. Reviewed the project work changes for conformity to the contract documents and for proper approvals/authorizations. Obtained the Design/Builder Owner Direct Purchases (ODP) Log and tested the following: Compliance with the ODP program as outlined in the contract documents. Reconciliation to the City s project cost tracking spreadsheet by individual purchase order to test the accuracy and completeness of the ODP s deducted from the contract price on the final payment application. Verification of the three-way match was performed onsite in the receipt of materials and equipment purchased directly by the City through the ODP program. Obtained the final payment application and reconciled the final adjusted contract price to the contract and related adjustments to the final contract price and the City s financial records. Inquired of the contracting parties to determine if there were any disputed provisions relative to the project, or if there were any other unresolved disputes, including disputes between the Design/Builder and its subcontractors. Inquired whether the project was completed within time constraints and that no liquidated damages were incurred/required. Inspected the Certification of substantial completion and final completion in accordance with the contract documents. Phase 4 - Reporting At the conclusion of our procedures, we summarized our observations and recommendations related to the Reverse Osmosis Project. We conducted an exit conference with management and have incorporated management s responses into our report. We prepared our report and related findings and provided copies to appropriate City personnel. 7

Observations Matrix

Observations Matrix Rating Observation Recommended Action Management Response Moderate 1. Project Work Changes There were significant additions to the project cost which were offset by value engineering (VE) and the City s sales tax savings of approximately $843K from the Owner Direct Purchases program. As such, the original contract price did not increase as a result. However, these VE reductions and additions were not conducted through a formal change order process since the overall net addition to the original contract price was paid via the sales tax savings and VE adjustments. Per the Project Administration Director these changes to the project were authorized and approved through in-person meetings utilizing an AAR log with the Design/Builder and via email. The only documentation as evidence of the City s approval provided was an email correspondence that provided a high-level overall note of approval. Finally, the contract documents do not appear specifically to address the review and approval process for VE reductions and additions to the project that do not result in a change to the original contract price. We recommend the following: a. Management should put in place a formal, documented review, approval and authorization process for any significant pricing changes. This should be done even if these pricing changes do not increase the original contract price because the net effect is offset by VE adjustments, sales tax savings or allowances. b. Additionally, the City s procurement policies and/or procedures for change order thresholds should be applied to these type of price adjustments to the contract price. For example, over a certain threshold of VE adjustments, the amount should be reviewed and approved by the City Manager and/or by the City Commission based on the appropriate established thresholds. c. The processes, policies and procedures noted in a. and b. above should be incorporated into future contracts as part of the change order provision. These recommended actions provide for greater transparency for any significant changes to the project and the use of public funds especially in the case of the sales tax savings which was generated from the City s ODP program. Response: a. The Project Administration Department will put in place a documented review, approval and authorization process for any significant pricing increases even if the net pricing changes do not affect the original contract price. b. The Project Administration Department will work with the Procurement Department to put in place a process to apply the established change order threshold criteria to significant price increases to the contract price as described in a. above. c. The Project Administration Department will incorporate the processes, policies and procedures noted in recommended actions a. and b. into future contracts as part of the change order review and approval provision. Responsible party: Bob Robertson, P.E. Project Administration Department Director Estimated completion date: This observation and recommended actions pertain to a project that was completed back in December of 2015 and therefore the recommendations cannot be applied to this project, but instead will be implemented in advance of future projects. 8

Observations Matrix - continued Rating Observation Recommended Action Management Response Moderate 2. Project/Contract Delivery Method We noted that the City utilized the Design/Build lump sum, fixed price contract delivery method in the building of the Reverse Osmosis Plant. We noted that the City did perform a cost benefit analysis of the project delivery options of the Design-Bid-Build (DBB) vs. the Design-Build (DB) methods. However, the City could have enhanced its analysis by including the Construction Manager at risk, with a Guaranteed Maximum Price delivery method. Further, in terms of contract pricing, the City did not address the cost benefit of using a lump sum vs. a cost reimbursable method (typically cost plus with a GMP). We recommend that prior to the start of any new major construction project that management enhance its cost benefit analysis regarding which contract delivery method to use to include the other delivery methods and contract pricing options. See the Contract Method Delivery Analysis in Appendix A. This is not intended to be authoritative but only provided as a guide to further assist the City in its analysis. By utilizing this enhanced, additional guidance, management will be able to determine which would be the best contract delivery method to utilize for projects going forward based on the City s existing resources and needs taking into account any complexities and other matters unique to the particular type of project. Response: Prior to the start of any new major construction project and if alternative delivery methods are being considered, the Project Administration Department will enhance its cost benefit analysis in determining which contract delivery method to include those outlined in the Contract Method Delivery Analysis in Appendix A of this report. Responsible party: Bob Robertson, P.E. Project Administration Department Director Estimated completion date: This observation and recommended action pertain to a project that was completed back in December of 2015 and therefore the recommendations cannot be applied to this project, but instead will be implemented in advance of future projects. 9

Appendix A Contract Delivery Method Analysis Delivery Methods Summary Based on our experience, we have evaluated the following Delivery Methods utilized by Contract Owners we have encountered: 1. Lump Sum / Hard Bid (DBB) competitively bid 2. Lump Sum / Negotiated noncompetitive bid 3. Construction Manager (CM) at Risk with a Guaranteed Maximum Price (GMP) cost reimbursable 4. Design Build (DB) with a Guaranteed Maximum Price cost reimbursable Some Owners have developed hybrid forms of these base methods, but for the purposes of this analysis, only the basic methods will be addressed. Risk Factors to Consider The following are a list of factors that we recommend the City consider when evaluating which Delivery Method is most appropriate for a selected project: Cost / Size The justification of the use of taxpayer funds for construction projects typically makes cost one of the highest rated factors for public sector entities. The Contract Owner must not only consider the initial cost of construction, but also conduct a life cycle analysis. It is important to consider Cost / Size in selecting a Delivery Method because different methods allow for different degrees of Owner involvement. Contract Owner involvement typically has a direct relationship with this factor (i.e. the larger the project, the more involvement). Complexity / Scope The Contract Owner should evaluate the design complexity of a given project prior to selecting a Delivery Method due to the fact that certain methods are better equipped to guard against constructability issues, change orders and other pitfalls of a complex design. A project with a simple or prototype design should be taken into consideration when selecting the best form of Delivery Method. It is also important for the Contract Owner to assess if the scope of the project is well defined at the time of Contract execution or it is subject to Contract Owner driven changes. If the scope of a project is well defined, certain Delivery Methods will be more conducive and cost effective than others. Timing / Schedule The duration of a project or the existence of strict deadlines can be an important factor in determining which type of Delivery Method best fits a specific project. Since increased Contract Owner involvement is built into certain Delivery Methods, a deadline oriented project that needs constant scheduling checks may be better suited for that type of method. In addition, there are certain forms of delivery methods that support a fast track project or a project that is on an accelerated schedule. Risk / Responsibility The different Delivery Methods listed above all contain varying degrees of risk allocation between the Contractor and the Contract Owner. Finding the method that most equally disseminates that risk will likely result in the most cost efficient and timely project. Risk for the purposes of this paper include factors such as cost risk, insurance risk, project management responsibilities, scheduling responsibility, design criteria risk, etc. If one party under the agreement holds significantly more risk or responsibility over the other, it is likely that each party will act in their own best interest to the detriment of the project. Contract Owner Resources The skill and availability of the Contract Owner s facilities department should play a significant role in selecting the most appropriate Delivery Method. The Contract Owner must consider factors such as their current project load, size of their project management team, capability / skill of their project management team, availability and skill of internal design resources, availability and skill of internal cost estimation resources, and access to third party assistance in the event of a lack in any of these internal resources. Certain Delivery Methods are more adept at mitigating an identified lack of skill or availability within the Contract Owner s facilities department than others. This may result in the selection of an alternate method when this analysis is performed. 10

Appendix A Contract Delivery Method Analysis - continued Delivery Methods Detailed Discussion The following section breaks down, in narrative form, the pros and cons of each of the four Delivery Methods as well as which situations are the most conducive to utilizing each method. Please also refer to page #4 for a matrix developed to aid the Contract Owner in selecting a Delivery Method. Lump Sum / Hard Bid (DBB) The Lump Sum / Hard Bid Delivery Method is typically the method of choice under the following scenarios: The scope of services is set and well defined The drawings and specifications are complete, accurate, and are subject to very limited change for the duration of the project The project schedule allows for the owner to award based on competitive bids. The Contract Owner has a well-defined bidding process within a strong control environment The Contract Owner can reasonably obtain a minimum of 3 bids from reputable, prequalified contractors The Contract Owner has personnel with the skill to identify scope gaps between bids and design criteria / drawings The Contract Owner has adequate project management capability to reasonably assess percentage of completion and project scheduling on a monthly basis The Contract Owner does not have an adequate internal cost estimation function The Contract Owner does not have the internal project accounting availability or skill to perform detailed review of supporting invoices on monthly applications for payment (as required by other Delivery Methods) The Contract Owner desires protection against rising market costs The Contract Owner has experience with similar projects (prototype design, similar scoped projects, etc.) The Lump Sum, competitively bid, Delivery Method is not suggested for complex projects, projects with unique state of the art design, large projects, projects with accelerated schedules, or extended duration projects. One of the largest risks with the Lump Sum / Hard Bid delivery method is the potential for significant change orders. This risk can be mitigated through a well-defined scope of work, the identification of gaps in the scope and bids received, and a Contract Owner that does not initiate changes to the original design. Lump Sum / Negotiated The Lump Sum / Negotiated (noncompetitively bid) Delivery Method can be utilized in many of the same scenarios as the Lump Sum / Hard Bid method, and shares many of the same benefits. However, this method should only be used when the Contract Owner s facilities department has a strong internal cost estimation function (or external resource) to evaluate the costs of a proposal before the final lump sum is negotiated. This method is somewhat more flexible than the Hard Bid method in that revisions to the initial design are mitigated by stronger controls over change orders. Since it is assumed the use of this Delivery Method is partnered with a strong cost estimation function, the estimation department should have the necessary skills to address change order pricing more effectively than under a Hard Bid scenario where a similar estimation function might not be available. This type of Delivery Method may also be beneficial in design reuse scenarios when the Contract Owner has strong historical cost analysis to utilize as a basis for pricing. The price for this agreement is based upon the negotiations with the contractor. Therefore, a reasonable price is dependent upon the contractor negotiating in good faith and providing current accurate and complete cost information. Construction Manager at Risk (with a GMP) The CM at Risk Delivery Method can increase the quality and efficiency of a project while still mitigating the Contract Owner s cost risk if the Contract Owner has the necessary internal resources or access to external resources such as consultants who specialize in the relevant areas to manage such an agreement. The CM at Risk Delivery Method would most likely be a more appropriate delivery method than a Lump Sum agreement under the following scenarios: 11

Appendix A Contract Delivery Method Analysis - continued Construction Manager at Risk (with a GMP) - continued The design of the project is complex and requires input / feedback from the contractor prior to delivery of 100% construction documents The potential exists for unforeseen conditions that could require specific expertise and collaboration with the design team The project is large and expected to be completed over a long duration due to design complexities The project is unique to the Contract Owner and no or limited historical costing data is available The Contract Owner has a strong prequalification process The Contract Owner has access to adequately skilled internal or external resources to perform detailed reviews of source documentation during the negotiation of the GMP. The Contract Owner has access to adequately skilled internal or external resources to track and recover buyout savings throughout the course of the project. The Contract Owner has adequately skilled resources (or access to third party resources) to perform detailed review of monthly applications for payment including but not limited to, subcontractor pay apps, general conditions invoices, Construction Manager certified labor reports, etc. The Contract Owner believes market factors may drive materials and labor costs down over the duration of the project The facilities department of the Contract Owner has limited resources for onsite project management The Contract Owner does not have a highly skilled internal cost estimation department The project is on a fast track or accelerated schedule Contract Owners may determine the CM at Risk Delivery Method is the most appropriate model for their construction project because of its size or complexity, but feel they do not have the internal resources to properly manage this type of Agreement. In these instances, many Owners reach out to third party consultants to mitigate the risk of mismanagement. There are numerous resources available, from Owner s Representatives to Risk Management Consultants, whose businesses are specifically tailored for the purpose of helping Contract Owners navigate the complexities of Guaranteed Maximum Price projects. For large, multifaceted projects in which Contract Owners do not have adequate internal resources, we recommend the utilization of one of these skilled professionals. In our experience, a CM at Risk project can be equally or more cost effective than a Lump Sum contract, but only if the Contract Owner has access to manage it properly. Design Build (with a GMP) The Design Build Delivery Method can be utilized in many of the same scenarios as the CM at Risk method, and shares many of the same benefits. One theoretical benefit of the Design Build method is that project quality and efficiency should be improved due to knowledge sharing between the design and construction teams from conceptual design through 100% construction documents (since they are under the same entity). This integration should, in theory, reduce preconstruction costs, assist in scheduling efficiencies and mitigate most constructability issues. Another benefit is that under the Design Build method, the Contract Owner has only a single contractual relationship, passing the various risks of management and design on to the DB. This transference of risk typically results in an increase in fees paid to the Design Builder (versus the CM at Risk fee structure). Design Build contracts can limit the Contract Owner s involvement in the design phase of a project, which can result in contractors making design decisions outside of their area of expertise or decisions that don t align with the needs / desires of the Contract Owner. A Design Build project requires the Contract Owner to perform all of the same information reviews and processing procedures as a CM at Risk without the assistance of a 3 rd party Architect acting on their behalf. Therefore it is possible that a Design Build should not be the method of choice for an Owner that does not have the skilled resources to manage this type of agreement. As mentioned above, many Contract Owners reach out to third parties such as Owner s Representatives or Risk Management Consultants to mitigate the risk of mismanagement due to lack of internal resources. In our experience, a wellmanaged Design Build project typically results in high quality, timely construction at a moderate increase of cost to the Owner. Generally this form of delivery method will cost more than the others due to the increased risk accepted by the contractor. This form of delivery method can also be used for projects that are on a fast track schedule. 12

Appendix A Contract Delivery Method Analysis - continued City s Decision It is clear that no single Delivery Method is perfectly suited for all projects or Contract Owners. It is the responsibility of the Owner to develop appropriate evaluation procedures for identifying their objectives and goals for a specific project, analyzing their internal resources and addressing their internal risk appetite for selecting an appropriate Delivery Method. In situations where the Contract Owner has limited experience or a lack of internal resources to perform an appropriate pre-method selection evaluation, it is recommended the Owner consider appropriate external resources for assistance. An experienced external resource can help in this evaluation process and guide the Owner into the most efficient and cost-effective type of contract. 13