Loading...
HomeMy WebLinkAboutS21 - Civic Center Audit - Status ReportQ SEW Pp�,T CITY OF �= z NEWPORT BEACH cq<�Fo'P City Council Staff Report June 28, 2016 Agenda Item No. S21 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Allyson M. Gipson, Vice President Harris & Associates PREPARED BY: Allyson M. Gipson, Vice President TITLE: Civic Center Audit - Status Report ABSTRACT - In September of 2015, the City of Newport Beach ("City") solicited responses to a Request for Qualifications for an auditing firm to conduct a close-out audit/post- implementation analysis ("Close -Out Audit") of the Civic Center project ("Project"). Among other things, the Close -Out -Audit was to analyze: (1) how the Project grew in cost, time and scope; (2) whether the contracts and amendments complied with California law and industry standards; (3) how the Project may have followed or deviated from standard industry practices; (4) the effectiveness of the value engineering process; (5) the quality of the City's management of the Project; (6) the merits of the Construction Manager at Risk delivery method; (7) how the Parking Structure compares in cost to similar projects; (8) a review of the change order process; (9) a comparison of the cost impacts of change orders issued on the Project to similar projects; (10) the cost impacts of delays and plan alterations; and (11) the total Project costs as compared to similar projects. In November, 2015, the City retained the services of RW Block Consulting Inc. to perform a performance and financial audit of the City's Civic Center complex. A draft report was submitted on June 10, 2016, and preliminary results have been compiled. RECOMMENDATION: Please ask Ms. Gipson any questions you may have regarding the current status of the audit or the preliminary findings. FUNDING REQUIREMENTS: Both Harris & Associates and RW Block Consulting, Inc. are within the budget previously authorized by the City Council for this Civic Center Audit. S21-1 Civic Center Audit June 28, 2016 Page 2 DISCUSSION: With regard to the eleven areas cited to be addressed by the audit, specific areas show positive results. First addressing item (2), all contracts and amendments appear to be in compliance with California public contract law and industry expectations. Second, with regard to item (6) above, the draft audit confirms that the Construction Manager at Risk (CMAR) delivery method was appropriate for the nature and complexity of this project. And third, in relation to item (7) for the parking structure costs, the draft audit notes that the City received a good value for the structure, with the final costs falling well within industry standards for the time period that the parking structure was built. However, the review of the remaining areas raised issues in several key aspects: Over -Payment The draft audit identifies more than $1.2 million in payments made to CW Driver without substantiating documentation to justify the cost expenditures. The lack of clear financial record-keeping on the part of the City and the PM made the review that much more difficult. Lack of Budget Control Beyond the obvious differential between the original anticipated budget of $90 million and the final Project cost of more than $135 million, the cause of the budget overruns is significant. 1) The City staff provided little guidance to the Architect, Program Manager (PM) and Construction Manager at Risk with regard to the process for the approval of scope changes and increased cost items. Record-keeping on the nature of changes and the approval process is sparse at best. In addition, the value engineering efforts were of little value in reducing Project costs. 2) The Architect, Bohlin Cywinski Jackson, continued to proceed with design even after early estimates indicated that the Project was exceeding the budget. The cost of implementing the design was further impacted by the number of Requests for Information, Design Bulletins, and Field Orders, which indicate a less -than - comprehensive set of design documents, and the need to correct errors and omissions on the part of the Architect. 3) The City hired CW Driver to serve as Program Manager to support the City's efforts in the delivery of the Project. The Construction Management Association of America (CMAA) is the Program Management and Construction Management industry's standard-bearer for practices and procedures. As noted in the CMAA Standards of Practice documents, a Program Manager is assigned the S21-2 Civic Center Audit June 28, 2016 Page 3 responsibility of managing all of the resources and relationships necessary to achieve an owner's desired outcome. Typically the owner will engage the PM in an agency capacity, where the PM is acting as the owner's representative, defining and then protecting the owner's interests. The PM must utilize integrated systems and procedures such as budgeting, estimating, scheduling, procurement, and inspection to manage the planning, design, and construction process. In this case, the PM failed to adequately document, manage, address and control cost -related issues. This failure is further exacerbated by the inherent conflict of interests when one firm serves as both the Program Manager and Construction Manager at Risk. The CMAR acts as a general contractor during the construction phase, with a focus on their own financial results, not the client's financial and project interests. Lack of Checks and Balance Managing a project of this size and complexity to a specific budget and timeline requires adequate control measures. Standard control measures include the review and approval of design decisions and construction modifications by a skilled team of professionals to ensure that proper standards are being observed. The City staff did not appear to establish a procedural process to track the development of the Project through design and construction. Further, the PM also failed to put these measures in place. Consequently, the Project lacked adequate oversight, allowing for budget and time overruns. Lack of Documentation A key discovery during the audit process was the lack of project documentation to fully analyze the Project from start to finish. Examples include: 1) The lack of budget clarity at the outset of the Project, and continuing through completion 2) Inconsistent Project data and reports from the PM; 3) Missing subcontractor bidding packages or documentation substantiating portions of bids; 4) Missing support documentation for CMAR invoices; and 5) Lack of detail in pricing change orders. S21-3 Civic Center Audit June 28, 2016 Page 4 Lack of Sufficient Project Oversight by City Staff The City took a proactive approach to delivering such a complex Project by hiring a PM. However, failure to adequately manage and oversee the PM resulted in significant departures from standard industry practices. For example, the regular receipt and review of project reports and meeting minutes from the PM would have allowed the staff to identify areas where the Project was trending negatively. Reviewing and closing out all change orders as they occur — as opposed to leaving more than 70% of the change orders to after completion — provides the most accurate information about the details of a change and provides the most leverage for the City to negotiate. Both of these factors were eliminated by closing out change orders after completion. Recommendations In order to provide sufficient budget and quality control on future projects, the City should implement policies and procedures consistent with building industry standards that correct the deficiencies identified by the Close -Out Audit. Building on the "lessons learned" from the Civic Center project, the City should establish: 1) Policies and Procedures for project documentation, including the level of detail required for bid alternates, monthly reports, meeting minutes, payment applications, change orders and other project records. 2) Checks and balances on approvals related to design decisions and budget impacts, including identified levels of authority and authorizations to proceed for designers and builders. 3) Budget and cost control procedures for each project, detailing comprehensive project costs and the nature of documentation required for design budget changes and change orders. 4) Fiscal controls on project payments to ensure that consultants, contractors and vendors receive payments only to the amount of their contracts with approved amendments. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. S21-4 Civic Center Audit June 28, 2016 Page 5 NOTICING: This agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers this item). ATTACHMENT: Attachment A - Draft Executive Summary Prepared by RW Block Consulting, Inc. S21-5 RW Block Consulting, Inc. ATTACHMENT A City of Newport Beach' .0 \ Civic Center Audit June 17, 2016 C7 Revision Date Comments Rev 0 June 10, 2016 Initial Draft Rev 1 June 17, 2016 Minor Edits S21-6 RW Block City of Newport Beach Consulting, Inc. Civic Center Audit June 17, 2016 I. Cover Letter.............................................................................................................2 II. Executive Summary................................................................................................3 A. Background.........................................................................................................................................3 B. Scope.....................................................................................................................................................5 C. Key Findings........................................................................................................................................6 III. Detail........................................................................... Error! Bookmark not defined. A. Program and Project Management ............ .............. Error! Bookmark not defined. B. Project Cost Estimates ................................. ....... Error! Bookmark not defined. C. Procurement ........................................ # ...................... Error! Bookmark not defined. D. Design....................................................................................... Error! Bookmark not defined. E. Guaranteed Maximum Price Amendments .............. Error! Bookmark not defined. F. Invoicing ......................11ik%wv ............................ Error! Bookmark not defined. G. Change Managemen................. ........ Error! Bookmark not defined. H. Delivery Method........................................Error! Bookmark not defined. I. Program Management Policies and Procedures...... Error! Bookmark not defined. J. "What should the project have cost?.. .......................... Error! Bookmark not defined. IV. Exhibits....................................................................... Error! Bookmark not defined. A. Exhibit 1- Documents Relied Upon ............................. Error! Bookmark not defined. B. Exhibit 2 - Unavailable Requested Documents........ Error! Bookmark not defined. C. Exhibit 3 - Phase III - Selective Demolition Documents........... Error! Bookmark not defined. Page 1 of 22 DRAFT — SUBJECT TO REVISION S21-7 RW Block Consulting, Inc. I. COVER LETTER June 17, 2016 Mr. Aaron Harp City Attorney City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Subject: Civic Center Audit — Draft Report Dear Mr. Harp, City of Newport Beach Civic Center Audit June 17, 2016 R.W. Block Consulting (RWBC) has completed procedures related toforming an audit on the City of Newport Beach's Civic Center project. The attached report outlines the scope of the audit engagement, scope limitations, observations, and recommendations. Our work was limited to the procedures and analysis described in the attached report, and was based on the information provided to RWBC through June 9, 2016. No additional information was provided during the review and comment period. RWBC reserves its right to amend this report should additional information be provided subsequent to the date of issuance. We thank the management and staff of the City of Newport Beach and their consultants for the cooperation, courtesy, and assistance provided as we performed our procedures. Please contact me at (407) 256-0509, roy.block@rwblockconsulting.com or Derek Hennessey at (617) 794-1528, derek.hennessey@rwblockconsulting.com should you have any questions or require additional information regarding this report. Sincerely, Roy W. Block President/CEO Page 2 of 22 DRAFT — SUBJECT TO REVISION S21-8 RW Block City of Newport Beach Consulting, Inc. Civic Center Audit June 17, 2016 II. EXECUTIVE SUMMARY A. BACKGROUND Starting in the early 2000's the City of Newport Beach identified a need for improvements to its existing administrative offices and facilities. Over the next several years the City undertook various activities to identify and quantify deficiencies with the existing administrative offices and facilities, and to evaluate options to mitigate such deficiencies. Ultimately, the voting associated with a 2008 ballot initiative directed the City to construct the new City Hall and Administrative offices (the "Civic Center") on City property located adjacent to Newport Beach's Central Library. The Civic Center project ("the project") is comprised of a new City Hall, Council Chambers, a Community Room, a 450 space parking garage, an addition to the existing library, nd approximately 12 acres of parks. Following the approval of the ballot initiative, the City started the project development process. In November 2008 the City Council approved the Design Committee's final recommendation and selected Bohlin Cywinski Jackson (BCJ) to design the project, and in January 2009 approved the recommendation from qualifications based process to engage C.W. Driver as the Program Manager. In April 2010 the City Council approved C.W. Driver's Construction Manager at Risk (CMAR) contract that included the Construction Manager at Risk services and mass excavation scopes of work. The project was divided into multiple phases to allow progressive construction to begin as design was completed on discrete elements of the project. The total scope of the project was ultimately approved by the City Council in six (6) phases: Phase I — C.W. Driver Basic Services and Mass Excavation Phase II — Design/Build Parking Structure Phase III — Civic Center and Park Phase IV —San Miguel Bridge Phase V — Signage & Utilities at Library Phase VI — Library Clerestory Window Replacement The construction of the project started in May 2010 and was completed in April 2013. TABLE 1 summarizes the project's costs and identifies costs that have not been included on the reported total project costs: Page 3 of 22 DRAFT — SUBJECT TO REVISION S21-9 RW Block Consulting, Inc. Table 1: Total Project Cost Summary City of Newport Beach Civic Center Audit June 17, 2016 The $474,012 in additional library Furniture, Fixtures and Equipment (FFE) and $734,412in IT/AV equipment were transferred out of project costs as they were funded by other 1 Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "Civic Center by FY" tab. 2 Per the CMAR's final payment application's, payment application No. 44 dated March 14, 2014. 3 Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "FFE" tab. 4 Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "IT AV Equip" tab. Page 4 of 22 DRAFT — SUBJECT TO REVISION S21-10 In Project's Total Cost' Not Included in Project's Total Cost Total Soft Costs Design $ 17,324,980 $ - $ 17,324,980 Program Management 3,186,611 - 3,186,611 Consultants 3,276,406 - 3,276,406 Soft Cost Subtotal 23,787,997 - 23,787,997 Hard Costs CMAR Cost 114,466,752 2,399,430 116,866,1822 Other Hard Costs 259,411 - 1 259,411 Hard Cost Subtotal 114,726,163 2,399,430 117,125,593 Other Project Costs Incidental Costs 161,184 - 161,184 Furniture, Fixtures and Equipment 2,784,724 474,012 3,258,7363 IT/AV Equipment 156,087 734,412 890,4994 Owner's Controlled Insurance Program 2,702,235 1 2,702,235 Other Project Costs Subtotal 5,804,230 1,208,424 7,012,654 Subtotal 144,318,390 3,607,854 147,926,244 Financing Costs 4,806,192 4,806,192 Total $149,124,582 $3,607,854 $152,732,436 The $474,012 in additional library Furniture, Fixtures and Equipment (FFE) and $734,412in IT/AV equipment were transferred out of project costs as they were funded by other 1 Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "Civic Center by FY" tab. 2 Per the CMAR's final payment application's, payment application No. 44 dated March 14, 2014. 3 Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "FFE" tab. 4 Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "IT AV Equip" tab. Page 4 of 22 DRAFT — SUBJECT TO REVISION S21-10 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 funding sources'. A total of $2,399,430 for the final claims settlement between the City and C.W. Driver on February 25, 2014 that was funded from the City's General Liability Fund as a Non -Tort Settlement, and even though this was not included in the project's total costs it was included in the Construction Manager at Risk's final cost of $116,886,182 stated on the Construction Manager at Risk's final payment application. B. SCOPE The goal of this audit is to provide an overview of the Project costs by Project area (i.e., Parking Garage, City Hall, etc.) and, where appropriate and information available, a detailed analysis of specific Project costs and/or areas. To accomplish this goal the following scope of work for the audit was developed to analyze: (1) how the Project budget increased, time extended, and scope implemented; (2) whether the contracts and amendments thereto complied with California law as well as industry standards from a business perspective 6; (3) how the Project may have followed or deviated from applicable standard private industry practices for construction method and construction management; (4) the effectiveness of the value engineering process; (5) the quality of the City's management of the Project; (6) the merits of the Construction Manager at Risk vs. other construction delivery methods; (7) how the Project compares on a per square foot or parking stall basis to similar projects of this size and scope; (8) a review of the change order process, the amount of change orders, and whether the change orders were within industry norms; (9) a comparison of the cost impacts of change orders issued on the Project to similar projects; (10) the cost impacts of delays and plan alterations; and (11) the total Project costs as compared to similar projects. As will be discussed, our work was impacted by the lack of availability of a complete set of project documents. However, we believe we have been able to achieve the goal of the audit, even though there were areas of the specified scope where we could not perform any procedures or only limited procedures. Assessing the value engineering process, and the cost impacts of delays and plan alterations are two areas where we could not perform any procedures due to insufficient information, such as more complete value information documentation, value engineering analysis of items assessed, and more complete project scheduling information. If additional information is made available this could result in changes to our observations and recommendations. A list of documents that RWBC relied upon to perform this engagement is included as EXHIBIT 1. Additionally, a list of documents that RWBC requested but were not able to be produced is included as EXHIBIT 2. ' Per "Civic Center Expenditures Detail" Excel file with a modified date of January 12, 2016 provided by the City's Finance department, "Civic Center by FY" tab. The Additional Library FFE was funded by the "BET Fund" and the IT/AV Equipment was funded by "IT Fund 6420-9300". 6 RWBC requested that the applicable California Laws be identified to ensure we were assessing compliance from a business perspective to the appropriate laws. These applicable laws were not identified. Therefore, we could not complete this aspect of the work. Page 5 of 22 DRAFT — SUBJECT TO REVISION S21-11 RW Block Consulting, Inc. C. KEY FINDINGS City of Newport Beach Civic Center Audit June 17, 2016 1. The CMAR was paid amounts in excess of its allowable costs Our analysis of the Construction Manager at Risk's payment applications and Accounts Payable (AP) information for the project identified the Construction Manager at Risk has been paid $116,866,182, but has incurred no more than $115,632,049 in allowable costs. Therefore, it appears the Construction Manager at Risk has been overpaid by at least $1,234,133. The information provided by the Construction Manager at Risk did not include payment applications with the typical supporting documentation such as subcontractor payment applications, supporting documentation for reimbursable general conditions costs and support for Construction Manager at Risk staffing costs, which required RWBC to analyze the Construction Manager at Risk's Accounts Payable records to assess the costs incurred by the Construction Manager at Risk for the project. Our review of the Accounts Payable records shows that the maximum amount of allowable costs was $115,632,0497. Given the Construction Manager at Risk has not provided support for the Construction Manager at Risk labor costs or hours invoiced, our analysis utilizes the Construction Manager at Risk labor costs from the Construction Manager at Risk's payment application 44. 2. Over budget since conceptual design We found that estimated construction costs exceeded the established budget parameters from Conceptual Design through the Permit Set, or in other words, the entire project development process. With the exception of the Parking Garage, the efforts to reduce the construction costs were unsuccessful. TABLE 2 summarizes the budget parameters established during the Design Competition for the "hard costs"$ of the major scopes of work, with are referred to as the City's General Design Parameters ("GDP"). We noted the assumption was the Park and Site Work unit cost budget includes the site preparation costs, which were contracted as the Mass Excavation scope included in Phase I. RWBC analyzed the CMAR's "AP Job Transactions Drilldown" report dated February 10, 2016, the CMAR's subcontractor paid invoice files, and the CMAR's vendor paid invoice files for all costs, except the CMAR's labor costs, insurance costs, and CMAR fee. For the labor costs we utilized the value from the CMAR's final payment application, and for the insurance costs we applied the 0.91% to Phase I costs and 0.71% to all other costs, and we applied 3.25% for the CMAR fee to all costs. 8 "Hard Costs" are the construction costs for a project, and for the purposes of this report these are all of the CMAR's costs, not just the CMAR's trade/subcontractor costs. Page 6 of 22 DRAFT — SUBJECT TO REVISION S21-12 RW Block Consulting, Inc. Table 2: Project Hard Cost Budget Parameters City of Newport Beach Civic Center Audit June 17, 2016 The last complete project estimate by C.W. Driver9 that was available for our review was the "Permit Set" estimate dated October 15, 2010. TABLE 3 compares the budgeted quantities of work for the major components of the project to the quantities included in C.W. Driver's estimates at the various stages of design. Table 3: Budgeted to Final QuantitComparison City Hall Parking Garage Parks & Site Work Total Unit Cost Budget Range $400-$450 $20 -$25,000 $15 - $20 incl. site prep 80,000 Unit of Measure (A parking space (sf) 1 450 Budgeted Quantities 80,000 450 600,000 101,680 Budget Unit Price $450.00 $25,000 $20.00 450 GDP Budget $36,000,000 $11,250,000 $12,000,000 $59,250,000 The last complete project estimate by C.W. Driver9 that was available for our review was the "Permit Set" estimate dated October 15, 2010. TABLE 3 compares the budgeted quantities of work for the major components of the project to the quantities included in C.W. Driver's estimates at the various stages of design. Table 3: Budgeted to Final QuantitComparison As illustrated by TABLE 3 the City Hall project's scope increased significantly from the beginning of the design process through final design, and the Parks and Site Work 9 The Designer also engaged an estimator (C.P. O'Halloran), but for most of our analysis we will utilize the C.W. Driver estimates. We will compare aspects of the C.W. Driver and C.P. O'Halloran estimates on the "Detail" section of the report. to C.W. Driver's April 10, 2009 Conceptual Design estimate. 11 C.W. Driver's April 7, 2010 Design Development estimate. 12 C.W. Driver's August 6, 2010 50% Construction Documents estimate. 13 C.W. Driver's October 15, 2010 Permit Set estimate. Page 7 of 22 DRAFT — SUBJECT TO REVISION S21-13 City Hall Parking Garage Parks & Site Work Unit of Measure (sf) parking space (sf) Budgeted Quantities 80,000 450 600,000 Conceptual Design10 96,184 1 450 562,294 Schematic Design Estimate was not provided Design Development" 101,680 450 524,948 50% Construction DocumentS12 102,255 450 619,078 Final Design Quantities13 102,656 450 619,078 Final Quantity Variance 22,656 0 19,078 % Variance 28.32% 0.00% 3.18% As illustrated by TABLE 3 the City Hall project's scope increased significantly from the beginning of the design process through final design, and the Parks and Site Work 9 The Designer also engaged an estimator (C.P. O'Halloran), but for most of our analysis we will utilize the C.W. Driver estimates. We will compare aspects of the C.W. Driver and C.P. O'Halloran estimates on the "Detail" section of the report. to C.W. Driver's April 10, 2009 Conceptual Design estimate. 11 C.W. Driver's April 7, 2010 Design Development estimate. 12 C.W. Driver's August 6, 2010 50% Construction Documents estimate. 13 C.W. Driver's October 15, 2010 Permit Set estimate. Page 7 of 22 DRAFT — SUBJECT TO REVISION S21-13 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 scope became slightly over budget between the Design Development and 50% Construction document phase. We note that our review of the estimates shows that the primary driver of the Parks and Site work variances between the phases is the size of the wetland areas, and whether the wetland areas are included in the totals14 TABLE 4 summarizes the project's estimated hard costs as prepared by C.W. Driver prior the start of construction on the City Hall component to the budgeted values and RWBC's "Adjusted" Permit set estimate costs: Table 4: Unit Hard Cost Comparison The manner in which the actual costs have been provided to RWBC, prevents us from including accurate comparable actual cost values in the above analysis. However, RWBC's "Adjusted Permit Set" estimate's total value is within 0.15% of the total construction costs invoiced by the Construction Manager at Risk, and should be a good proxy for the actual costs. The RWBC "Adjusted Permit Set" Estimate utilizes C.W. Driver's Permit Set estimate, but adjusts the Construction Manager at Risk contingency from 3% to 7.5% given the level of the design's completion at that point in time, and the inflation from -5% to 0% given the contemporaneous information available regarding construction costs in the third quarter of 2012. As shown in TABLE 4 above, the project team did take effective actions to deliver the garage within the established budget range. However, value engineering and design management efforts at either Conceptual Design and Permit Set were not effective in yielding savings for the balance of the project that were within budgets established as part of the design competition. 14 The Conceptual Design estimate identifies 23,952 sf of wetlands in the total, and the 50% Construction Documents estimate identifies 74,020 sf of wetlands in the total, while the Design Development estimate does not specifically identity any wetlands in its total. Given the wetlands appear to be existing conditions (i.e. not being created), we are not certain whether the wetland areas should be included in the total Parks area, as these areas are not being constructed (they actually need to be avoided by the construction activities). Including the wetland areas in the total will result in the unit cost for the Park work appearing to be a lower value than it would otherwise be. Page 8 of 22 DRAFT — SUBJECT TO REVISION S21-14 Conceptual RWBC Design Permit Set Adjusted Budget 10 -Apr -09 15 -Oct -10 Permit Set City Hall $400/sf - $450/sf $570.51/sf $592.62/sf $640.34/sf Parks and Site Work $15/sf - $20/sf $56.34/sf $43.75/sf $47.71/sf $20,000— Garage $25,000 /space $32,738/Space $17,144/space $18,430/space The manner in which the actual costs have been provided to RWBC, prevents us from including accurate comparable actual cost values in the above analysis. However, RWBC's "Adjusted Permit Set" estimate's total value is within 0.15% of the total construction costs invoiced by the Construction Manager at Risk, and should be a good proxy for the actual costs. The RWBC "Adjusted Permit Set" Estimate utilizes C.W. Driver's Permit Set estimate, but adjusts the Construction Manager at Risk contingency from 3% to 7.5% given the level of the design's completion at that point in time, and the inflation from -5% to 0% given the contemporaneous information available regarding construction costs in the third quarter of 2012. As shown in TABLE 4 above, the project team did take effective actions to deliver the garage within the established budget range. However, value engineering and design management efforts at either Conceptual Design and Permit Set were not effective in yielding savings for the balance of the project that were within budgets established as part of the design competition. 14 The Conceptual Design estimate identifies 23,952 sf of wetlands in the total, and the 50% Construction Documents estimate identifies 74,020 sf of wetlands in the total, while the Design Development estimate does not specifically identity any wetlands in its total. Given the wetlands appear to be existing conditions (i.e. not being created), we are not certain whether the wetland areas should be included in the total Parks area, as these areas are not being constructed (they actually need to be avoided by the construction activities). Including the wetland areas in the total will result in the unit cost for the Park work appearing to be a lower value than it would otherwise be. Page 8 of 22 DRAFT — SUBJECT TO REVISION S21-14 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 3. Same firm served as both the Program Manager and CMAR The City selected the same firm to serve as both the Program Manager and Construction Manager at Risk. Utilizing the same firm for both roles is not a best practice as these two functions typically serve competing financial interests. A Program Manager is retained to act as the owner's representative, and represent the owner's interests (such as controlling costs, schedule, scope, and claims avoidance, for example). The "at risk" in Construction Manager at Risk identifies the CM has profit and loss exposure, and therefore their own commercial considerations may take precedent over the owner's interests. As such, there is an inherent conflict and likely lack of segregation of duties when the same firm is selected to perform both of these roles. Based on the documents reviewed, it does not appear the relationship between the Program Manager and Construction Manager at Risk negatively impacted the City in a significant manner. This was one of the largest issues with the execution of the project delivery approach chosen by the City. It should be noted that we have observed what appears to be comingling of the Program Manager's costs with the Construction Manager at Risk's costs, in the form of expense reports for the Program Manager's staff being included with the Construction Manager at Risk's Accounts Payable records. Given labor records were not provided for the Construction Manager at Risk's scope, we could not identify if the same staff were also filling roles on both the Program Management and Construction Manager at Risk scopes of work. 4. Project Documents A complete set of key project documents was not made available to RWBC to use for this evaluation. This is the result of the City not having a complete set of archived project documents, the Program Manager not recognizing the contractual requirement under its Program Management contract to provide RWBC with access to all documents, and the Construction Manager at Risk primarily providing limited financial and cost records per the contractual requirements of its Construction Manager at Risk contract. The lack of pertinent project information creates information gaps that (1) may result in unsupported costs being identified through an audit; (2) City and/or Construction Manager at Risk may not be able to answer critical questions or properly defend positions taken during the implementation of the project. 5. Project Reporting We found that project level reporting was inconsistent in data presented to various stakeholders and that the frequency of reporting periods was not standard. TABLE 5 lists the various project update reports we observed that were provided to the City Council: Page 9 of 22 DRAFT — SUBJECT TO REVISION S21-15 RW Block Consulting, Inc. Table 5: Project Update Reports Summary City of Newport Beach Civic Center Audit June 17, 2016 Date Subject Content Summary New City Hall and Park Project: 98,000 sf vs, 75,000 sf, $84.8M "hard cost", "hard costs" Consideration and Approval of per unit (sf, space, cubic yard), and discussion on unit 14 -Apr -09 Concept Design, Direction for cost budget parameters. PV, San Miguel bridge, and Schematic Design Phase Parking Garage trellis system included in costs. Civic Center Update - Focuses on size of building. Does not aggregate City Size/Scope/Square Footages Hall, EOC, Council Chambers and Community Room 11 -Aug -09 areas (they total 99,407). No budget values provided, only a discussion in budget vs. estimated, and suggests that a project is not over budget until bids are received. City Council Minutes - Civic Discussion on why financing $140M if the project may Center Update cost $80M. Includes two "Options and Phasing Charts" 27 -Oct -09 that indicates the project's cost could range from $100M to $140M. Civic Center Update Discusses project cost estimates ranging from $82m to $140M. Includes updated "Options and Phasing 10 -Nov -09 Charts". Minutes reflect Council Members statements that the project costs should not exceed $100M to $105M. 2010 Civic Center Financing Provides "target" all -in estimated costs for the project Overview and Related at the various design phases, including $123M at the 09 -Nov -10 Documents construction document phase, with a breakdown of the costs by project element. Including financing costs this value raised to $128M. NB Civic Center Project (cost A project cost forecast showing the project's costs forecast) ranging from $124.9M to $135.5M was included with 22 -Feb -11 the CMAR's Guaranteed Maximum Price Amendment 3 approval documents provided to the City Council Newport Beach Civic Center Discusses progress, contingency usage, value 09 -Aug -11 Construction Update engineering, and construction cost values. Civic Center & Park Close-out Discusses project's hard costs of $112.8M and total 11 -Jun -13 Accounting project costs of $139.9M. Also discussed cost drivers. As TABLE 5 illustrates reports towards the latter part of the project were issued less frequently, and the content of the repots was inconsistent. Additionally, we observed Page 10 of 22 DRAFT — SUBJECT TO REVISION S21-16 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 that 13 issues of a project newsletter were published between April 2011 and October 2012. As discussed in TABLE 5 the only instance where cost per unit (i.e. square foot, parking space, etc.) appeared to be presented was in April 14, 2009, and in this instance only the "hard costsi" per unit for various components were reported. Cost per units are examples of key metrics, as this is how the target budget values were relayed in the design competition. While we did not observe other unit costs, as also discussed in TABLE 5 we observed the total values for aspects of the project reported throughout the project, but not in a consistent manner (i.e. hard costs, total project costs, construction costs have all been presented but not reconciled to one another in their presentations). By not reporting the costs on a unit basis the overruns associated with the target budgets for the components would not have been as apparent. In summary, we observed evidence of project reporting to various entities (i.e. City Council and the public) throughout the project, though the reporting did appear to become less frequent as the project progressed. The consistency and content of the reporting, as well as reporting at prescribed intervals, are areas for potential improvement, as routine reporting ensures the stakeholders are updated at the appropriate intervals, and a consistent reporting format ensures the same information is reported at each interval which allows for variance analysis to the prior intervals information. 6. City led procurement Copies of the City's procurement documents related to the project were requested, but were not made available. Given this limitation, we based our City -lead procurement findings based on ad-hoc procurement related documents that were provided and information contained in various City Council agenda items. For the City -lead contract awards reviewed, all except for two (2) project consultants, and possibly the Construction Manager at Risk contract, appeared to followed the City's policies which are well aligned with industry leading practices. We observed that in two (2) instances16, consultants on the project with contract values in excess of $75,000 may have been procured on a sole source basis, which does not appear to comply with the City's procurement guidelines; we have emphasized "may have been", as we do not have complete documentation, but the wording in the City Council items suggest these may have been sole sourced. is These costs were reported as "hard costs", which were noted to exclude certain elements of the CMAR costs, and therefore were not reported inaccurately. Better descriptions of these costs are trade costs or "direct costs". In our experience "hard costs" generally refer to the total direct cost of the work or all CMAR costs, not just the CMAR's "direct costs" which typically are limited to trade subcontracted work. 16 The two (2) contracts that may have been sole sourced were the Anderson Penna — Plan Check and Inspection Services, and Leighton Consulting — Geotechnical Exploration and Consulting contracts. Page 11 of 22 DRAFT — SUBJECT TO REVISION S21-17 RW Block City of Newport Beach Consulting, Inc. Civic Center Audit June 17, 2016 7. Construction Manager at Risk Procurement The wording in the City Council agenda item was ambiguous as to the manner in which the Construction Manager at Risk contract award was conducted. A September 14, 2010 presentation indicated the Construction Manager at Risk scope was a follow-on to the Program Manager's scope. As discussed above, it is not an industry practice to have the program manager serve in a project management capacity as well as act as the builder of the project. Therefore, under normal circumstances we would not consider a Construction Manager at Risk scope to be an extension of a Program Manager's scope, as these scopes are generally performed by two different firms given their competing interests in roles performed. Given the same firm performed both roles on this project, we evaluated the Program Manager Request for Qualifications (RFQ) and contracts/contract amendments to assess if the Construction Manager at Risk scope was procured as part of the Program Manager procurement process. The Program Manager Request for Qualifications discussNth(3) phases of work: Phase I — Pre -Design Management Services Phase II — Design Management Services Phase III — Construction Management Services. We reviewed the three (3) Professional Services Agreements (PSAs), or amendments to Professional Services Agreements, for the Program Manager and determined the three (3) phases were incorporated in these Professional Services Agreements. Therefore, it does not appear the Program Manager Request for Qualifications, or award selection, included Construction Manager at Risk services. Additionally, the form of the Construction Manager at Risk contract was different from the Program Manager contract(s) (Construction Manager at Risk contract vs. Professional Services Agreement), which would be another indication these services were not procured together. Therefore, it appears there may be questions with a third contract award with regards to complying with the procurement policies. 8. Design competition — construction cost evaluations The evaluation criteria for the design competition includes a section and weighting for incorporating the construction costs of the proposed designs. However, it was not clear to us if specific requirements for providing detailed cost estimates were required as part of the competition, and how the construction cost aspects of each proposal were ultimately incorporated into the scoring. TABLE 6 summarizes the hard cost construction estimates provided by the various designers who participated in the design competition17. 17 With the exception of the "Notes" column, this table was Attachment I to the Design Committee's report to the City Council. The information contained in the "Notes" column, was also included in Attachment I. Page 12 of 22 DRAFT — SUBJECT TO REVISION S21-18 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 Table 6: Hard Cost Estimates from Design Competition Based on the TABLE 6, and the information contained in "Attachment I" to the Design Committee's report, the level of hard cost information provided by the designers varied. Additionally, RWBC notes, that the values for Bohlin Cywinski Jackson do not contain site preparation costs cost, but the estimate for the rest of the designers do contain site preparation costs. Therefore, this not an accurate comparison, and depending on how the cost points awarded, this inaccuracy could have impacted the rankings. Additionally, f the recommendations from the Design Committee was: "3rd Party Cost Estimator. Get a 3rd party cost estimate for each of the designs deemed a feasible alternative design by the City Council. • NOTE: The cost information provided was rough and should be verified. 1118 From the documents we reviewed, we did not observe that this action occurred. We would also state, that having the selected design firm hire a cost estimator, would not appear to address this action item, as these estimates would be prepared as the design progresses, and the action item appeared to suggest an assessment before the award of the design contract. 9. Subcontractor Bidding The Construction Manager at Risk subcontract files contained information for 62 subcontracts, but the Construction Manager at Risk provided bid information on only 42 subcontractor bid packages. We observed a number of instances were documents were missing from the bid files provided, and that six (6) bid packages had less than 18 November 12, 2008 "City Hall and Park Design Committee Report" presentation to the City Council. We also noted a similar statement in the body of the Design Committees recommendations. Page 13 of 22 DRAFT — SUBJECT TO REVISION S21-19 Parking Parks & Firm City Hall Garage Site Work Total Notes City's GDP Budget $36,000,000 $11,250,000 $12,000,000 $59,250,000 Bohlin Cywinski Excludes site preparation Jackson $36,763,102 $11,250,000 $12,000,000 $60,013,102 costs Gonzalez Goodale $32,375,549 1 $20,819,329 1 $10,747,980 $63,942,858 Includes site preparation Johnson Fain Detail not provided. Only the total. $69,000,000 Includes site preparation Includes $3.47M for site LPA $38,799,209 $13,323,719 $19,603,284 $71,726,212 preparation Excludes $1.89M in planned bridges. Includes $5.6M for site preparation Rossetti $37,143,000 $15,165,000 $22,571,000 $74,879,000 and soil export Based on the TABLE 6, and the information contained in "Attachment I" to the Design Committee's report, the level of hard cost information provided by the designers varied. Additionally, RWBC notes, that the values for Bohlin Cywinski Jackson do not contain site preparation costs cost, but the estimate for the rest of the designers do contain site preparation costs. Therefore, this not an accurate comparison, and depending on how the cost points awarded, this inaccuracy could have impacted the rankings. Additionally, f the recommendations from the Design Committee was: "3rd Party Cost Estimator. Get a 3rd party cost estimate for each of the designs deemed a feasible alternative design by the City Council. • NOTE: The cost information provided was rough and should be verified. 1118 From the documents we reviewed, we did not observe that this action occurred. We would also state, that having the selected design firm hire a cost estimator, would not appear to address this action item, as these estimates would be prepared as the design progresses, and the action item appeared to suggest an assessment before the award of the design contract. 9. Subcontractor Bidding The Construction Manager at Risk subcontract files contained information for 62 subcontracts, but the Construction Manager at Risk provided bid information on only 42 subcontractor bid packages. We observed a number of instances were documents were missing from the bid files provided, and that six (6) bid packages had less than 18 November 12, 2008 "City Hall and Park Design Committee Report" presentation to the City Council. We also noted a similar statement in the body of the Design Committees recommendations. Page 13 of 22 DRAFT — SUBJECT TO REVISION S21-19 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 three (3) responsive bidders. It is common industry practice to require at least three (3) responsive bidders, and this would align with the general City procurement policies as well. Of the six (6) packages with less than three (3) bidders, the elevator package is the only package where competition is sometimes limited given a small number of elevator manufacturers. The Construction Manager at Risk appeared to follow the standard industry practice of evaluating and "normalizing" the bids to allow for comparison of equivalent scopes of work. However, we observed a number of relatively large "normalization" values, which in some cases impacted which firm was the low adjusted bidder, and no support was provided for the normalization values (i.e. line items describing what was being normalized, and the associated value). It is a common practice to provide the details to support the normalization values. TABLE 7 below provides examples of the four (4) largest positive and two (2) largest negative bid normalization values we observed: Table 7: Largest Bid Normalization Values 10.Constructability/Design Errors and Omissions Based on the project's coding of changes, a large number of changes, representing a significant cost, were attributable to design errors and omissions. Additionally, we observed: There were 1,724 Requests for Information (RFIs). There were 3219 design bulletins for the project (excluding the mass excavation component), with the first dated January 20, 2011 and the last dated July 19, 2013, which revised approximately 73 specification sections and 1,845 drawings. 19 We have excluded bulletin 26.1 which appears to be administrative in nature and appears to be associated with receiving the certificate of occupancy. Page 14 of 22 DRAFT — SUBJECT TO REVISION S21-20 Scope Bid Value Normalization Value Adjusted Bid Value Normalization as % of Bid Value (A) (B) (Q=(A)+(B) (D)=(B)/(A) Phase 2 Garage - Sub $ 1,446,477 $1,510,683 $2,957,160 104.4% Phase 3 Site Concrete 4,988,000 1,037,000 6,025,000 20.8% Phase 3 CIP Concrete 3,218,262 994,135 4,212,397 30.9% Phase 3 HVAC 5,953,000 953,529 6,906,529 16.0% Subtotal $15,605,739 $4,495,347 $20,101,086 28.8% Phase 3 Misc. Metals $1,213,000 $ (200,882) $1,012,118 -16.6% Phase 3 Access Flooring 2,275,421 (165,073) 2,110,348 -7.3% Subtotal $3,488,421 $ (365,955) $3,122,466 -10.5% 10.Constructability/Design Errors and Omissions Based on the project's coding of changes, a large number of changes, representing a significant cost, were attributable to design errors and omissions. Additionally, we observed: There were 1,724 Requests for Information (RFIs). There were 3219 design bulletins for the project (excluding the mass excavation component), with the first dated January 20, 2011 and the last dated July 19, 2013, which revised approximately 73 specification sections and 1,845 drawings. 19 We have excluded bulletin 26.1 which appears to be administrative in nature and appears to be associated with receiving the certificate of occupancy. Page 14 of 22 DRAFT — SUBJECT TO REVISION S21-20 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 There were eight (8) design bulletins associated with the mass excavation component, with the first dated March 31, 2010 and the last August 30, 2011, which revised approximately 19 specification sections and 46 drawings. There were 676 field orders (which are field issued design changes). These changes were formally incorporated through design bulletins and account for approximately 30 specification section and 698 drawing bulletin revisions. These are clear indications that significant amounts of additional information, and/or clarifications to the plans and specifications, were required. While the designer obviously has responsibility for its design, the Program Manager' preconstruction and construction phase scopes of work include design management and constructability reviews. Therefore, the program manager also has responsibility, as many of these issues could have been identified and addressed during the design management processes and constructability reviews. Leading practices would include incorporating design progress package and constructability reviews in the Construction Manager at Risk contract as well (typically referred to as preconstruction services). The Construction Manager at Risk contract for this project did not include these scopes, and given the Construction Manager at Risk contract was not approved until April 2010 there would have been limited opportunity for the Construction Manager at Risk to perform these reviews as the mass excavation work was approved at the same time, and the design for the balance of the project was on the construction documents phase in April 2010. 11. Estimated costs in the Guaranteed Maximum Price Amendments The Guaranteed Maximum Price Amendment (GMP) submissions included significant amounts of estimated costs. Although the use of estimates to set a Guaranteed Maximum Price Amendment value is not an uncommon practice, we found there was no process to reconcile the estimated values to be bid values and how the work was actually awarded. We observed that in general the Guaranteed Maximum Price Amendment line item values were used on the Schedule of Values (Schedule of Values) of the Construction Manager at Risk's payment application S20, but support was not provided for the estimated cost component (discussed further in the next item). To illustrate this issue, as well as other issues throughout the report, we have assembled documents associated with the Phase III — Selective Demolition scope of work in EXHIBIT 3. The TABLE 8 summarizes the pertinent information from EXHIBIT 3 related to this issue: 20 The one exception was for Phase IV - San Miguel Bridge. For the San Miguel Bridge, the CMAR appears to have updated the GMP estimate after the scope was approved, and used the updated values as opposed to the values from the estimates included with the GMP approval package. Page 15 of 22 DRAFT — SUBJECT TO REVISION S21-21 RW Block Consulting, Inc. Table 8: Estimated Costs in GMP and SOV Example City of Newport Beach Civic Center Audit June 17, 2016 Selective Structure Demolition Value Exhibit 3 Reference Phase III GMP — Summary $263,725 "TV -1" Phase III GMP — Detail Subcontractor Proposal $164,000 "SCV-1" and "BID -1" Estimated Costs 99,725 1 "TV -1" minus "SCV-1" Total $263,725 "TV -2" CMAR Payment Application No. 12 $263,725 "TV -3" As TABLE 8 illustrates the Phase III Guaranteed Maximum Price Amendment included $263,725 for Selective Structure Demolition, but the subcontractor proposal was for $164,000. The balance of these costs were estimated costs. A leading practice for Guaranteed Maximum Price contracts in thNpDu issector is to establish a process where all costs elements must be contracted prior to allowing the Construction Manager at Risk to invoice for these cost elements. Such a leading practice provides transparency into the nature of the cost, contracted values and invoicing, and prevents invoicing for costs on elements for which the method of reimbursing costs has not been approved. 12.Construction Manage rRisk Invoicing The CMAR payment a"pplic tions provided did not contain any supporting documentation other than the Construction Manager at Risk's Schedule of Values. Is it standard practice under most Guaranteed Maximum Price contracts for the Construction Manager at Risk to provide copies of the subcontractor payment applications, as well as other supporting documents for general conditions and general requirements, such as time summaries for staff billed on a rates and hours basis, supporting payroll costs, and invoices for reimbursable costs with their payment applications. As requested, the Construction Manager at Risk did provide copies of their subcontractor invoices and other project vendor files for our review. However, the manner in which the subcontractors presented their costs on their Schedule of Values did not allow us to be able to match the subcontractors' or other project vendors' costs to the line items on the Construction Manager at Risk's Schedule of Values. To illustrate this issue, as well as other issues throughout the report, we have assembled documents associated with the Phase III — Selective Demolition scope of Page 16 of 22 DRAFT — SUBJECT TO REVISION S21-22 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 work in EXHIBIT 3. TABLE 9 summarizes the pertinent information from EXHIBIT 3 related to this issue: Table 9: Schedule of Values Line Item Invoiced Amounts Selective Structure Demolition Period End Completed and Stored Value Exhibit 3 Reference CMAR Payment Application No. 12 30 -Apr -11 $ 12,200 "INV -1" Sub Payment Application No. 01 30 -Apr -11 $ 14,260 "INV -6" Variance $(2,060) CMAR Payment Application No. 18 31-tT N41,883 "INV -2" Sub Payment Application No. 02 31 -Oct -11 $24,833 "INV -7" Variance $17,050 CMAR Payment Application No. 19 30 -Nov -11 $60,423 "INV -3" Sub Payment Application No. 03 30 -Nov -11 $60,423 "INV -8" Variance $ - CMAR Payment Application No. 39 31 -Jul -13 $260,598 "INV -4" Sub Payment Application No. 11 31 -Jul -13 $240,738 "INV -9" Variance $ 19,860 CMAR Payment Application No. 4321 28 -Feb -14 $260,598 "INV -5" Sub Payment Application No. 1122 31 -Jul -13 $240,738 "INV -9" Variance $ 19,860 As TABLE 9 illustrates in three of the four instances (we are not "counting" the last set in the table, as it was included to show the value did not change Construction Manager at Risk's final payment applications the values did not match, and in two of the three the value exceeded the subcontractor's invoiced value, for which support had not been provided. Additionally, as will be explained in the body of the report the subcontractor's final value of $240,738 includes at least $39,553 associated with the Library Clerestory Window Replacement, which is Phase VI work, not Phase III, and $19,400 for work that appears should have been back -charged to other line items as it was included in other subcontractor's scopes of work. Removing these 21 We utilized CMAR Payment Application No. 43 because the copy was much clearer than No. 44, and the information for this line item was the same. 22 We utilized Subcontractor Payment Application No. 11 because it was their final payment application. Page 17 of 22 DRAFT — SUBJECT TO REVISION S21-23 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 values results in a total of $181,758 or $78,813 less than was invoiced on this line item. Support has not been provided for the $78,813 in costs. A leading practice is to require the subcontractors to present their costs in a manner that allows them to be matched to the Construction Manager at Risk's Schedule of Values line items, and for the Construction Manager at Risk to include the other vendors' costs in a manner so they can be matched to the Schedule of Values' line items as well. The lack of supporting documentation that matched the Schedule of Values' line items is what caused RWBC to perform the total construction cost analysis described above to assess the Construction Manager at Risk's allowable costs. As mentioned previously, the Guaranteed Maximum Price Amendment line item values were used for the payment application Schedule of Values line item values. However, in many instances these line item values included estimated costs. Support has not been provided for any of the estimated costs, yet all the Guaranteed Maximum Price Amendment line items have been fully invoiced. TABLE 8 and TABLE 9 illustrate these points for one -line item and subcontractor, but based on our observations this was a common practice and occurrence. 13.Change management - Costs The Construction Manager at Risk contract did not provide any guidance on pricing change orders. The subcontract language did provide guidance in some areas for pricing Change Order Requests (CORs), but did not provide guidance on allowable labor and equipment rates for pricing change orders. Therefore, we could not test the labor and equipment rates for contractual compliance, but we did perform reasonableness testing on the labor rates utilized for pricing change orders. Insufficient information was provided to allow us to accurately perform reasonableness testing on the equipment rates. From the testing of the change orders we were able to perform, we found that several supporting documents were missing, material costs were rarely supported with quotes or invoices, and there were instances where potentially unallowable costs were included in the change order values. In our test sample, the value of potentially unallowable costs was less than 2% of the value of the changes in the sample. Additionally, based on our benchmarking analysis which utilized prevailing wage rates in Orange County, CA and CalTrans "Labor Surcharge" multipliers, in general, the labor rates used to price Change Order Requests appeared to be reasonable. There was evidence that a review process was in place, as we observed hand written modifications that reduced costs, and the value of potentially unallowable costs is a fairly low percentage of the change order test sample's total value, which provides a level of comfort the approved values were not unreasonable. However, the following issues we observed are indications that the review process for Change Order Requests may not have been a thorough as it could have been: Page 18 of 22 DRAFT — SUBJECT TO REVISION S21-24 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 Certain Change Order Requests included unallowable costs, and we observed the same unallowable costs in multiple Change Order Requests. With a more thorough review process we would have expected not to observe many instances of unallowable costs, and definitely not repeat occurrences. A more thorough change order review process would have identified the issue related to a lack of guidance on labor and equipment rates, and would have resulted in addressing this in some manner early in the contract. This does not appear to have been performed. A more thorough review process would have required support for material costs. A more thorough review process would not have allowed any Change Order Requests to be processed without complete supporting documentation. Leading practices include the providing specific comprehensive guidance on pricing change orders in the Construction Manager at Risk contract, and ensuring the Construction Manager at Risk contract and subcontract language regarding pricing change orders have been coordinated, or specifying the Construction Manager at Risk, or more restrictive, contract language takes precedence. 14.Change Management — Timing of Change Order Requests We observed that over 60% of the number of approved Change Order Requests to the owner, and 71.7% of the approved total Change Order Request value were approved after April 30, 2013, which is when construction was reportedly complete. Based on our observations related to the numbers assigned to each Change Order Request (low numbers were earlier in the project), it was apparent that is took many months, and in some cases, over a year, for many of the Change Order Requests to be prepared, reviewed and approved. It is not a leading practice for Change Order Requests to routinely take months to prepare, review and approve. In addition, the inability to timely review and approve Change Order Requests would have resulted in limitations to cost forecasts, a critical management tool for construction projects. 15. Embedded Contingencies and Allowances In the Construction Manager at Risk's subcontractor files we observed instances in the subcontract exhibits where contingency and allowance amounts were included in the subcontract values. Our analysis of the subcontracts identified 27 subcontracts that included embedded contingency and allowances, and these totaled at least $1,200,000. We observed change orders between the Construction Manager at Risk and the subcontractors where these embedded contingency or allowance values had been used to reduce the cost of a change order, which is not atypical. However, in certain cases, it appeared these changes were not part of Change Order Requests that had been presented to the City for review and approval, which is not a leading practice when using embedded contingencies and allowances. In most cases supporting documents were not provided for the change orders between the Construction Page 19 of 22 DRAFT — SUBJECT TO REVISION S21-25 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 Manager at Risk and the subcontractors, and we could not assess the accuracy of the pricing for this subset of change orders. Therefore, we cannot assess if the embedded contingency and allowance values had been properly utilized. Leading practices would include increased transparency into embedded contingency and allowance amounts in the form of a report that identifies the subcontracts, the amounts and the current balance, as well as requiring owner review and approval of all change orders that utilizing this funding. 16.Selected delivery method Construction Manager at Risk with a Program Manager was an appropriate delivery method for this project, and probably the most appropriate given the status of the design, the desired schedule, and scope of work. This method has been used successfully for many years on many different types of projects that include elements included in this project. However, the City's implementation of this delivery method could be improved. As previously discussed, the same firm should not act as the Program Manager and Construction Manager at Risk, as there are inherent conflicts of interest. We have not been provided with many documents that allow us to evaluate the level of oversight the City provided to the Program Manager and Construction Manager at Risk. Given the City's project manager was also the Director of Public Works, it seems unlikely their sole responsibility was the oversight of this project. A project of this size requires, at a minimum, an experienced and qualified full-time project manager. Therefore, it is likely the City's oversight of the project could have been improved as well. 17. Policies and procedures We did not find any City policies or procedures that provided guidance on the required aspects for managing large capital construction projects. We did observe policies and procedures related to procurement and processing payments, but the processing payments document was not applicable to the detailed reviews required for construction Guaranteed Maximum Price invoices. A leading practice would be to develop a comprehensive set of construction program and project management procedures that can be applied to any capital development and adjusted in nature and scope depending on project size/type/complexity. 18.What should the project have cost? As previously discussed, the average square foot costs for the City Hall, and Parks and Site Work, significantly exceeded budgets throughout design, with no value engineering effort successful in reducing costs to budgeted values. The driver for these variances appear to be both pricing and scope. For example, TABLE 10 summarizes the significant scope increases we have identified: Page 20 of 22 DRAFT — SUBJECT TO REVISION S21-26 RW Block Consulting, Inc. Table 10: Significant Scope Increases City of Newport Beach Civic Center Audit June 17, 2016 Component Design Basis Actua123 Variance City Hall area (sf) 80,000 102,656 22,656 budget unit price - high end ($/sf) $450.00 Size related scope increase $10,195,200 Park area (sf) 600,000 619,078 19,078 budget unit price - high end ($/sf) $20.00 Size related scope increase $ 381,560 Total — Size Related Overrun $10,576,760 City Hall budgeted unit price overrun (using high end of range) $450.00 $592.62 $142.62 City Hall unit price overrun (based on 102,494 sf) 4111IL4,640,383 Parks and Site Work budgeted unit price overrun (using high end of range) $20.00 $43.75 23.75 Parks and Site Work unit price overrun (based on 619,078 sf) $14,702,344 FTotal — Budged Unit Price Overruns $29,342,727 Given the public involvement in the design completion and the early stages of the design, and the reporting we have observed related to the size of the building, we believe the 22,494 square feet of additional area was generally known 24, but we are uncertain how this $10.2 million increase in scope due to the size of the building area increasing was incorporated into the overall project budget. As outlined in TABLE 3 above, the size increase of the Parks area did not occur until late in the design phase, and therefore it is not clear if this growth was widely known. Fortunately, the $381,560 impact (using budget unit costs), is fairly insignificant on a project of this size, and as discussed in FOOTNOTE 14 the overall area of the Parks being constructed may be overstated due to the inclusion of wetland area. However, were are not confident the price per square foot overruns associated with the City Hall or the Parks and Site Work were well communicated, given we have only seen one report from April 2009 that included unit price information. Once these overruns are included in our analysis, coupled with the fact we have not uncovered any significant issues in the change order aspect of our testing, the cost of 23 Per C.W. Driver's permit set estimate. 24 We use "generally" in this case as we have seen documents listing the City Hall building at 99,000 to 100,000 square feet, and view the 102,494 as a refinement on these general values. Page 21 of 22 DRAFT — SUBJECT TO REVISION S21-27 RW Block Consulting, Inc. City of Newport Beach Civic Center Audit June 17, 2016 the project does not appear unreasonable, with the exception of the $1,234,133 Construction Manager at Risk overbilling issue discussed above. Additionally, RWBC's independent cost estimates for the City Hall and garage aspects of the project confirmed the price paid for these aspects of the project was reasonable Page 22 of 22 DRAFT — SUBJECT TO REVISION S21-28