HomeMy WebLinkAboutMINUTES - 12072010 - C.26RECOMMENDATION(S):
1. RATIFY the termination of the Consulting Services Agreement dated May 11, 2010 with
Rudolph and Sletten, Inc., Redwood City, for Construction Manager At-Risk services
(Pre-Construction Phase) for the West County Health Center project, in an amount not to
exceed $382,000.
2. APPROVE a Consulting Services Agreement with Turner Construction Company,
Oakland, for Construction Manager At-Risk services (remaining Pre-Construction Phase
and Construction Phase) for the West County Health Center project, in an amount not to
exceed $3,400,000.
3. AUTHORIZE the General Services Director, or designee, to execute the agreement with
Turner Construction Company.
4. DECLARE that, should the award to Turner Construction Company be invalidated for
any reason, the Board would not have awarded a contract to any other firm for Construction
Manager At-Risk services (remaining Pre-Construction Phase and Construction Phase) for
the West County Health Center project.
APPROVE OTHER
RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
Action of Board On: 12/07/2010 APPROVED AS RECOMMENDED OTHER
Clerks Notes:
VOTE OF SUPERVISORS
AYE:Gayle B. Uilkema, District II
Supervisor
Mary N. Piepho, District III
Supervisor
Federal D. Glover, District V
Supervisor
ABSENT:John Gioia, District I
Supervisor
Contact: Patrick Godley,
957-5405
I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the
Board of Supervisors on the date shown.
ATTESTED: December 7, 2010
David J. Twa, County Administrator and Clerk of the Board of Supervisors
By: June McHuen, Deputy
cc: GSD Administration, GSD Accounting, GSD CPM Division Manager, GSD CPM Clerical, Auditor's Office, County Counsel's Office, County
Administrator's Office, County Administrator's Office
C.26
To:Board of Supervisors
From:Michael J. Lango, General Services Director
Date:December 7, 2010
Contra
Costa
County
Subject:RATIFY TERMINATION OF CONTRACT WITH RUDOLPH & SLETTEN AND APPROVE AWARD OF
CONTRACT TO TURNER CONSTRUCTION CO. FOR CONSTRUCTION MANAGEMENT AT-RISK SER
FISCAL IMPACT:
The estimated total project cost is $45 million. Funding in the amount of $12 million is from
a federal Health Resources and Services Administration (“HRSA”) grant, provided under
the American Recovery and Reinvestment Act of 2009. The remaining balance of $33
million is financed with Lease Revenue bonds with dedicated revenue in the Hospital
Enterprise fund (EF1).
BACKGROUND:
Project Description
The project involves constructing a 2-story, 53,000-square-foot health center as well as an
adjacent 320-stall, 3-level parking structure. The new West County Health Center
(“WCHC”) will enhance and serve the community by providing outpatient and ancillary
services in a modern and efficient facility. The WCHC will be located in the City of San
Pablo, on San Pablo Avenue just north of Vale Road.
Project Delivery Method
The “Construction Manager At-Risk” (“CM At-Risk”) project-delivery method is being
used to accelerate the project schedule. Under that method, the CM At-Risk provides
estimating, scheduling, constructibility reviews, value engineering, construction market
analysis, and preparation of multiple bid packages during the Pre-Construction Phase.
During the Construction Phase, the CM At-Risk provides full contract administration
services, including management of the work performed by the various Trade Contractors.
The CM At-Risk is responsible for completing the project on time and within budget (i.e., is
“at-risk” for time and cost). The budget is fixed once the trade contracts have been awarded
and the prices determined. This responsibility helps to ensure that the CM At-Risk has a
stake in the project’s success.
The County has previously used the CM At-Risk project-delivery method on the recent
New Public Works Department Building project, which was completed ahead of schedule
and under budget. For the WCHC, the CM At-Risk method will provide improved cost
control, better allocate risk, and improve project collaboration. In addition, the County’s
Outreach Program and the Project Labor Agreement (PLA) policy will be incorporated into
the WCHC trade contracts.
CM At-Risk Services
On March 23, 2010, the Board awarded the architectural services contract for the design of
the WCHC to Hawley Peterson Snyder Architects (“HPS”), Mountain View. HPS has
completed the Programming and the Preliminary and Schematic Design Phases and is
progressing with the Design Development Phase.
For the CM At-Risk method to be effective, the CM At-Risk must be on-board at about the
same time as the architect. The CM At-Risk, the architect, and the County (General Services
and Health Services staff) work as a team to address the issues of schedule, budget,
materials, and quality. In particular, the CM At-Risk will coordinate with the architect to
determine how best to divide the project into different, phased bid packages to fast-track the
project.
From January to March, 2010, the General Services Department conducted a
competitive-selection process to hire a CM At-Risk firm. As a result of that process,
Rudolph and Sletten, Inc. (“R&S”), Redwood City, was ranked first and Turner
Construction Company (“Turner”), Oakland, was ranked second. Following successful
negotiations, a $382,000 contract was awarded to R&S on May 11, 2010. That contract
covered CM At-Risk services for the Pre-Construction Phase only, including cost
estimating, schedule development, and prequalification of trade contractors. The contract
specifically stated that services for subsequent phases were at the County’s option (i.e.,
there was no guarantee that R&S would be hired for the entire project). The contract also
contained a provision allowing the County to terminate R&S’s services at any time, whether
or not R&S was then in default.
Over the past several months, while the Pre-Construction services were underway, the
County approached R&S regarding the Construction Phase services and requested that R&S
submit a fee proposal. Despite that request, R&S failed to submit a fee proposal for the
Construction Phase services. They also objected to the County’s proposed contract for the
Construction Phase services, insisting that R&S be hired as a traditional Construction
Manager (Agency CM) with no responsibility for time and cost rather than as a CM At-Risk
with time and cost responsibility. During the same time period, the County experienced
problems with R&S’s performance under the Pre-Construction Phase contract. Those
problems included delays in investigating a foundation issue and preparation of substandard
prequalification documentation.
After trying unsuccessfully for several months to negotiate a contract with R&S for the
Construction Phase services, and considering R&S’s failure to submit a fee proposal and
performance problems, County staff made a decision to stop further negotiations with R&S
and to proceed instead with Turner, the second-ranked CM At-Risk firm. An email and a
letter notifying R&S of that decision were sent on October 27, 2010. R&S responded by
letter on November 3, 2010, claiming that the County could not use any firm but R&S for
the Construction Phase services.
A letter was sent on November 10, 2010 replying to R&S’s letter. The letter informed R&S
of the following:
The existing contract was for Pre-Construction Phase services only, with no guarantee
that R&S would be hired for the Construction Phase. The contract states that services
for subsequent phases are at the County’s option.
Under the contract, the County has the right to terminate the contract at any time,
whether or not R&S is then in default. Although the contract does not require a reason
for termination, the County actually has ample reason and justification for termination.
The County gave R&S several months to submit an appropriate fee proposal for the
Construction Phase services and to sign a contract that was consistent with the CM
At-Risk arrangement under which R&S was hired. Despite that, R&S failed to submit a
fee proposal and refused to sign the County’s proposed contract, instead insisting on a
traditional Agency CM arrangement.
Under the circumstances, it became apparent that R&S was unable or unwilling to
successfully complete the necessary CM at-Risk services in a timely, efficient manner
on this extremely-time-sensitive project. Therefore, the County had no realistic choice
but to terminate R&S.
The County has followed the procedure for hiring construction managers (Government
Code Section 4525 and following) but was unable to successfully negotiate a contract
for Construction Phase services with R&S. Therefore, as allowed in the Government
Code and the contract, the County has decided to negotiate with the
second-most-qualified firm (Turner Construction Company).
Public Contract Code Section 20161, which was cited in R&S’s letter, relates to city
construction projects and has no applicability to the County. Public bidding under the
Public Contract Code is not required for the CM at-Risk services, which involve no
construction work. The Trade Contracts, which involve the actual construction work,
will be publicly bid pursuant to the Public Contract Code. When R&S was hired for the
CM At-Risk services, it never made a claim that those services had to be publicly bid
as construction work.
Accordingly, the letter notified R&S of the County’s decision to terminate R&S’s
Pre-Construction Phase contract and instructed R&S to perform no further work.
On November 12, 2010, a response was received from R&S’s General Counsel. Although
the response disputed the County’s position, it provided no details. To date, no further
details have been received.
At this point, R&S has performed a portion of the Pre-Construction Phase services,
including prequalification of some Trade Contractors. As allowed in Government Code
Section 4525 and following, negotiations have recently taken place with Turner—the
second-ranked CM At-Risk firm. As negotiated with Turner, Turner will perform full CM
At-Risk services for the Construction Phase, together with the remaining Pre-Construction
Phase services, for a not-to-exceed price of $3,400,000.
Under the arrangement with Turner, Turner will be responsible for delivering the WCHC
project on time and within budget.
In view of the unsuccessful contract negotiations with R&S, as well as R&S’s failure to
submit a fee proposal and their performance problems during the Pre-Construction Phase,
County staff recommends that the Board ratify the termination of R&S’s contract for
Pre-Construction CM At-Risk services. In addition, staff recommends that the Board
approve the award to Turner of a contract for CM At-Risk services (Construction Phase and
remaining Pre-Construction Phase) in an amount not to exceed $3,400,000.
CONSEQUENCE OF NEGATIVE ACTION:
A negative action could potentially result in the WCHC not being built and the loss of $12
million in federal stimulus money.
CHILDREN'S IMPACT STATEMENT:
Not applicable.