Loading...
HomeMy WebLinkAboutAgenda Item - 2020-01-07 - Number 8.1 - Resolution 19-63Special Procurement Pavement Management Program 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city Subject: Cost comparison between consultant fees and cost to hire city staff to perform construction management during the Pavement Management Program over the next three years. Meeting Date: 1/7/2020 Staff Member: Erica Rooney, City Engineer Stefan Broadus, Asst. City Engineer Department: Engineering Action Required Advisory Board/Commission Recommendation ☐ Motion ☐ Approval ☐ Public Hearing ☐ Denial ☐ Ordinance ☐ None Forwarded ☒ Resolution ☒ Not Applicable ☐ Information Only Comments: Analysis request by City Council at 12/17/19 Public Hearing, Item 9.1 ☐ Council Direction ☐ Consent Agenda Staff Recommendation: Discuss outcome of cost comparison, and then approve a Special Procurement of a Contract Amendment with Murraysmith for the 2018 – 2021 Pavement Management Program. Recommended Language for Motion: Move to approve Resolution 19-63, a Special Procurement of a Contract Amendment with Murraysmith for the 2018 – 2021 Pavement Management Program. Project / Issue Relates To: ☒Council Goals/Priorities ☐Adopted Master Plan(s) ☐Not Applicable ISSUE BEFORE COUNCIL Cost comparison between hiring city employees for construction management services for the Pavement Management Program for the next three years, as compared to the proposed cost for similar services from the consultant currently managing and providing those services. Also, 8.1 Page 2 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city staff is requesting approval of the Special Procurement of the existing contract, as was presented at the December 17, 2019 City Council meeting. EXECUTIVE SUMMARY Staff’s analysis shows that consultant-provided construction management services for the Pavement Management Program are more cost effective than hiring additional staff to perform it in-house for this particular short-term effort. BACKGROUND On December 17, 2019 the City Council held a public hearing to adopt Resolution 19-63 approving a special procurement of a contract amendment to provide program management, engineering design and construction management services for the 2018 – 2021 Pavement Management Program. Staff presentations were made; no parties spoke in favor or against the matter; and the public hearing was closed. During discussion, Council requested that staff compare the construction management costs of hiring consultants, as shown in the provided scope of work, against the costs of hiring additional staff to perform this work in-house. The passage of Resolution 19-63 was tabled until such time as staff could provide an analysis as requested. DISCUSSION Murraysmith has been the consultant for the Pavement Management Program for over two years. Recent increases in funding from HB 2017 and the local Vehicle Registration Fee have increased the allowable funding for pavement management. Council Goals continue to reach for a PCI of 70 throughout the city, and Council approved a budget and CIP that accommodates for those extra funds to be directed towards more paving work. In order to accommodate the increased effort, an amendment to the existing contract with Murraysmith is necessary. The information provided during the December 17, 2019 City Council identifies the necessary contracting requirements, and includes Resolution 19-63, which allows Council to consider a special procurement approach for extending that contract directly with Murraysmith. Murraysmith provided a breakdown of Construction Management services from their proposed scope and fee. The sum of the professional services estimate includes: • $620,000 for the Wembley Park Road project, • $500,000 for 2020 Paving, • $300,000 for 2021 Paving, and • $300,000 for 2022 Paving, for a total Construction Management fee of $1,720,000. This includes a range of professionals including Project Managers, Civil Engineers, Construction Inspectors, Geotechnical Engineers, and Public Information Specialists. Page 3 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city To compare this proposal with an in-house alternative, City Staff gathered costs to replicate the effort with new full-time hires. This cost estimate includes the expected salaries plus overhead of the new hires as well as associated costs such as recruiting, office space, computers, vehicle leases, and other similar costs. The total estimated cost for services comparable to the Consultant’s proposal is about $3,533,000, of which about $3,250,000 is salary. The largest source of discrepancy between the two costs is the seasonal variability in effort required for Construction Management of a Pavement Management Program. Paving in the Pacific Northwest is extremely seasonal. A significant amount of planning, design, and procurement occurs during cold and wet months, but very little construction management. Consultant effort for Construction Management is flexible and costs to the City correspond to these peaks and valleys. The cost of new City staff would likely be lower during the peak summer months, but it is constant and would far exceed the Consultant’s effort during the off season. Non-quantitative considerations of this analysis also include the current labor market and future roles of the would-be hires. In recent recruitments for engineering positions, there have been a small number of applicants. There is a reasonable chance that recruiting efforts for new City staff would result in a less than ideal candidate and/or demand a starting salary near the very high end of the LOMEA agreement. Also, the City would need to consider the roles of these new hires upon the completion of 2022 cycle of the Pavement Management Program. Given the funding projections, and other competing street fund needs, the paving program will be scaled back considerably after this point. New hires would ideally be highly specialized in paving and their skill sets would not necessarily transfer to similar roles in utility capital projects. If repurposing was not a good fit, then layoffs would need to be considered. The costs for layoffs can be considerable, including, but not limited to the potential for six months of health care benefits. This cost has not been considered in the aforementioned calculations, but could approach nearly $100,000. ALTERNATIVES There are two alternatives for Council to consider for moving the Pavement Management Program forward for the next three years: 1. Do not extend the Murraysmith contract, and hire staff to be employed by the City for the duration of the project. a. This will result and a significant delay to the currently planned projects, including foregoing upcoming summer 2020 projects, as it takes nearly six months to hire for these types of positions. b. This will result in a significant increase in construction management costs, as hiring full-time staff to meet the demand is estimated to cost nearly $1.4 million more than currently estimated to hire consultants. Page 4 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city c. Layoffs after the program is completed could be significant, anywhere from 4-6 people, depending on whether or not similar pre-existing City employees leave or retire in that same time frame, creating opening(s) to absorb the newer FTE. 2. Extend the current Murraysmith contract, as detailed in Resolution 19-63. a. This will keep all projects for 2020 and beyond on task and schedule as planned. b. This approach allows for significant flexibility in staffing levels and expertise, and will cost approximately half of what it would cost to hire full-time city staff of similar expertise. RECOMMENDATION Approve Resolution 19-63, a resolution of the City Council of the City of Lake Oswego, acting as the Lake Oswego Public Contracting Review Board pursuant to ORS 279A.060, approving a special procurement of a contract amendment for program management, engineering design and construction management services relating to the 2018 – 2021 Pavement Management Program, and authorizing the City Manager to execute the contract amendment. ATTACHMENTS 1. City Council Report, Item 9.1 from December 17, 2019, with attachments, a. Resolutions 19-63, and b. Amendment #1 to the Personal Services Contract with Murraysmith 2. Consultant vs. In-House Construction Management Cost Analysis 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city Subject: 2018 – 2021 Pavement Management Program: A Special Procurement of a Contract Amendment for Program Management, Engineering Design and Construction Management Services. Meeting Date: December 17, 2019 Staff Member: Erica Rooney, PE, City Engineer Department: Engineering Action Required Advisory Board/Commission Recommendation ☐ Motion ☐ Approval ☒ Public Hearing ☐ Denial☐ Ordinance ☐ None Forwarded ☒ Resolution ☒ Not Applicable ☐ Information Only Comments: ☐ Council Direction☐ Consent Agenda Staff Recommendation: Approve a Special Procurement of a Contract Amendment with Murraysmith for the 2018 – 2021 Pavement Management Program. Recommended Language for Motion: Move to adopt Resolution 19-63, a Resolution of the City Council of the City of Lake Oswego, acting as the Lake Oswego Public Contracting Review Board pursuant to ORS 279A.060, approving a special procurement of a contract amendment to provide program management, engineering design and construction management services for the 2018 – 2021 Pavement Management Program. Project / Issue Relates To: ☒Council Goals/Priorities ☐Adopted Master Plan(s) ☐Not Applicable ISSUE BEFORE COUNCIL A request of the City Engineer to approve a special procurement of a contract amendment with Murraysmith to provide program management, engineering design and construction management services for the 2018 – 2021 Pavement Management Program. Attachment 1 Page 2 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city EXECUTIVE SUMMARY Lake Oswego Public Contract Rule 47-0277(LO) generally requires the Public Contracting Officer to solicit at least three competitive proposals, based upon a Request for Proposals, when a personal services contract (including amendments to personal service contracts) is in excess of $100,000. BACKGROUND On October 17, 2017, the City Council of the City of Lake Oswego awarded a multi-year personal services contract to provide program management, engineering design, and construction management services for the 2018 – 2021 Pavement Management Program (PMP) pursuant to a competitive proposal process conducted in accordance with LOPCR 102-0277. Despite advertising the solicitation in trade publications viewed regionally, only one proposal was received. Following evaluation of the proposal received in response to the City’s solicitation of proposals against published evaluation criteria and by an evaluation team that consisted of City staff, the firm of Murraysmith was determined to be qualified to provide the requested engineering services. DISCUSSION Since that time Murraysmith has executed all its required tasks necessary to successfully achieve measurable improvements in the pavement condition of the City’s street network. Projects completed or in progress include: • Jefferson Parkway Reconstruction • 2018 Pavement Rehabilitation Projects • 2019 Pavement Rehabilitation Projects • 2019 city-wide Pavement Condition Assessment and Report • 2020 Wembley Park Road Reconstruction (design phase complete) • 2020 Pavement Rehabilitation Projects (50% design complete) • 2020 Preventative Maintenance Projects (50% design complete) • 2018 – 2021 Projects Plan (update in progress) • 2018 – 2021 Program Budget Tracking Tool • 2018 – 2021 Program Risk Register The scope of work required for this contract amendment builds upon the knowledge gathered by the prior work. Although it is possible for another proposer to devote the necessary time to acquaint itself with all of the prior and current engineering design and construction work performed to date in order to prepare a proposal, for the reasons stated in the City’s Engineer’s Findings, it is unlikely that another engineering firm could review the many hundreds of pages of technical information necessary to be able to prepare a proposal on a schedule that would not result in substantial delay of current design work in progress and planned rehabilitation and reconstruction of roads in summer 2020. At this juncture in the PMP, focus turns to completing planning and final designs for yet-to-be completed phases of the PMP, and providing a full range of program management and Page 3 503.635.0215 380 A Avenue PO BOX 369 Lake Oswego, OR 97034 www.lakeoswego.city construction management services including contractor marketing and procurement, program schedule management, QA/QC inspections and record keeping, reviewing and advising the City on contractor requests for progress payments, assisting the City in defining project cash flow requirements for financing purposes, facilitating project closeout and document archiving for completed phases and a host of other special tasks and activities that the engineering design and construction phases entail. At the City Engineer’s request, Murraysmith has provided a project scope and associated “not-to-exceed” budget to provide program management, engineering design and construction management services for the remaining three years of the City’s PMP (through calendar year 2022). The proposed scope of services and fees has been reviewed in detail by the City Engineer and is determined to be appropriate and comprehensive enough to result in substantial improvements to pavement conditions city-wide. However, because the fees associated with the contract amendment for the planned work tasks exceeds $100,000, the City’s public contracting rules, require: 1) the Public Contracting Officer to seek competitive proposals, or 2) seek approval for a special procurement. ALTERNATIVES 1) Adopt Resolution 19-63, approving a special procurement of a contract amendment in the amount of $3,800,000 with Murraysmith to continue providing program management, engineering design and construction management services for the 2018 – 2021 Pavement Management Program; or 2) Terminate the current personal services contract with Murraysmith and direct staff to initiate a new Request for Proposal process to solicit competitive proposals for program management, engineering design and construction management services to complete the remaining years of the City’s PMP. RECOMMENDATION Approve Resolution 19-63, a resolution of the City Council of the City of Lake Oswego, acting as the Lake Oswego Public Contracting Review Board pursuant to ORS 279A.060, approving a special procurement of a contract amendment for program management, engineering design and construction management services relating to the 2018 – 2021 Pavement Management Program, and authorizing the City Manager to execute the contract amendment. ATTACHMENT 1. Resolution 19-63, with Exhibit A City Engineer’s Findings and Exhibit B Amendment #1 to a Personal Services Contract with Murraysmith Page 1 - A Resolution … Approving a Special Procurement for a Contract Amendment for Program Management, Engineering Design and Construction Management Services for the 2018 – 2021 Pavement Management Program; and Authorizing the City Manager to Execute the Contract Amendment. RESOLUTION 19-63 A RESOLUTION OF THE LAKE OSWEGO CITY COUNCIL, ACTING AS THE LAKE OSWEGO PUBLIC CONTRACTING REVIEW BOARD PURSUANT TO ORS 279A.060, APPROVING A SPECIAL PROCUREMENT OF A CONTRACT AMENDMENT FOR PROGRAM MANAGEMENT, ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES RELATING TO THE 2018 – 2021 PAVEMENT MANAGEMENT PROGRAM, AND AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT AMENDMENT WHEREAS, the Lake Oswego Public Contract Rules (LOPCR) consist of the divisions of the Oregon Administrative Rules (OAR) Chapter 137 listed in LOPCR 46-099(2)(“Model Rules”), except as amended, supplemented, or deleted by LOPCR Rules; WHEREAS, Lake Oswego Public Contract Rule 47-0277(LO) generally requires the Public Contracting Officer to solicit at least three competitive proposals, based upon a Request for Proposals, when a personal services contract (including amendments to personal service contracts) are in excess of $100,000; and WHEREAS, OAR 137-047-0285 permits the awarding authority to award a contract (or contract amendment) as a special procurement pursuant to the requirements of ORS 279B.085: “(4) The … local contract review board, … may approve a special procurement if the … board, … finds that a written request submitted under subsection (2) or (3) of this section demonstrates that the use of a special procurement as described in the request…: (a) Is unlikely to encourage favoritism in the awarding of public contracts or to substantially diminish competition for public contracts; and (b)(A) Is reasonably expected to result in substantial cost savings to the contracting agency or to the public; or (B) Otherwise substantially promotes the public interest in a manner that could not practicably be realized by complying with requirements that are applicable under ORS 279B.055, 279B.060, 279B.065 or 279B.070 or under any rules adopted thereunder.” WHEREAS, the City Engineer has submitted a request to consider approval of a special procurement, together with findings (Exhibit A) that justify the use of a special procurement under ORS 279B.085(4), to exempt engineering and construction management services for a contract amendment for the 2018 – 2021 Pavement Management Program, from the Request for Proposal requirement of LOPCR 47-0277(LO); and WHEREAS, a duly noticed public hearing was held before the City Council, acting as the Lake Oswego Public Contract Review Board, to provide interested persons an opportunity to appear and present comment upon the special procurement request; and ATTACHMENT 1 Page 2 - A Resolution … Approving a Special Procurement for a Contract Amendment for Program Management, Engineering Design and Construction Management Services for the 2018 – 2021 Pavement Management Program; and Authorizing the City Manager to Execute the Contract Amendment. WHEREAS, the Lake Oswego City Council has fully considered the testimony and other evidence produced at the hearing; THE LAKE OSWEGO CITY COUNCIL, ACTING AS THE LAKE OSWEGO PUBLIC CONTRACTING REVIEW BOARD, HEREBY ACCEPTS THE CITY ENGINEER’S FINDINGS AND APPROVES A SPECIAL PROCUREMENT FOR ENGINEERING SERVICES AS FOLLOWS: The attached findings of the City Engineer in support of the request for approval of a special procurement for program management, engineering design and construction management services are hereby accepted and found to comply with the statutory requirements of ORS 279B.085(4) for a special procurement. Based upon the foregoing findings of fact, BE IT RESOLVED that : The attached amendment (Exhibit B) to the contract with Murraysmith for Program Management, Engineering Design and Construction Management Services Regarding the 2018 – 2021 Pavement Management Program is hereby exempted from the competitive solicitation process pursuant to LOPCR 102-0277(4) and is approved as a special procurement pursuant to ORS 279B.285 and OAR 137-047-0285 BE IT FURTHER RESOLVED that: The City Manager is authorized to execute, in substantial conformity, the attached contract amendment fourteen days following public notice of the approval of the special procurement, pursuant to OAR 137-047-0285 and ORS 279B.400. Considered and enacted at the regular meeting of the City Council of the City of Lake Oswego on this 17th day of December, 2019. AYES: NOES: ABSTAIN: EXCUSED: Kent Studebaker Mayor Page 3 - A Resolution … Approving a Special Procurement for a Contract Amendment for Program Management, Engineering Design and Construction Management Services for the 2018 – 2021 Pavement Management Program; and Authorizing the City Manager to Execute the Contract Amendment. ATTEST: Anne-Marie Simpson City Recorder APPROVED AS TO FORM: David Powell City Attorney ________________ Page 1 Findings In Support of a Specific Exemption From Competitive Proposal Requirements And Authorizing A Special Procurement For Engineering Services Relating to the 2018 – 2021 Pavement Management Program. FINDINGS FOR A SPECIAL PROCUREMENT FOR PROGRAM MANAGEMENT, ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES REGARDING 2018 – 2021 PAVEMENT MANAGEMENT PROGRAM WHEREAS, the Lake Oswego Public Contract Rules (LOPCR) consist of the divisions of the Oregon Administrative Rules (OAR) Chapter 137 listed in LOPCR 46-099(2)(“Model Rules”), except as amended, supplemented, or deleted by LOPCR Rules; and WHEREAS, Lake Oswego Public Contract Rule 47-0277(LO) generally requires the Public Contracting Officer to solicit at least three competitive proposals, based upon a Request for Proposals, when a personal services contract (including amendments to personal service contracts) are in excess of $100,000; and WHEREAS, OAR 137-047-0285 permits the awarding authority to award a contract (or contract amendment) as a special procurement pursuant to the requirements of ORS 279B.085; and WHEREAS, the special procurement must demonstrate that it will: (a) Be unlikely to encourage favoritism in the awarding of public contracts or to substantially diminish competition for public contracts; and (b) (A) Is reasonably expected to result in substantial cost savings to the contracting agency or to the public; or (B) Otherwise substantially promotes the public interest in a manner that could not practicably be realized by complying with requirements that are applicable under ORS 279B.055, 279B.060, 279B.065 or 279B.070 or under any rules adopted thereunder. NOW, THEREFORE, IN SUPPORT OF A SPECIAL PROCUREMENT FOR PROGRAM MANAGEMENT, ENGINEERING DESIGN AND CONSTRUCTION MANAGEMENT SERVICES, THE CITY ENGINEER OF THE CITY OF LAKE OSWEGO FINDS AS FOLLOWS: A. Criterion: “Be unlikely to encourage favoritism in the awarding of public contracts or to substantially diminish competition for public contracts.” 1.On October 17, 2017, the City Council of the City of Lake Oswego awarded a multi-year personal services contract to provide program management, engineering design, and construction management services for the 2018 – 2021 Pavement Management Program pursuant to a competitive proposal process conducted in accordance with LOPCR 47- 0277(LO). Despite advertising the solicitation in trade publications viewed regionally, only one proposal was received. Following evaluation of the proposal received in response to the City’s solicitation of proposals, against published evaluation criteria and by an evaluation team that consisted of City staff, the firm of Murraysmith was determined to be qualified to provide the requested engineering services. This special procurement for an amendment to add the same type of work described in the original solicitation does not result in favoritism: there was an open solicitation for engineers to perform the work and Murraysmith was selected based upon the open solicitation and evaluation criteria. This special procurement Exhibit A to Resolution 19-63 ________________ Page 2 Findings In Support of a Specific Exemption From Competitive Proposal Requirements And Authorizing A Special Procurement For Engineering Services Relating to the 2018 – 2021 Pavement Management Program. is not for the selection of Murraysmith, it is for the continuation of the services of the engineering firm that was selected through open solicitation and evaluation for continuation of the work. 2. It is unlikely that award of this special procurement will diminish competition because: a. The scope of work required for this contract amendment builds upon the knowledge gathered by the prior work. Although it is possible for another proposer to devote the necessary time to acquaint itself with all of the prior and current engineering and construction work performed to date in order to prepare a proposal, it is unlikely for the reasons set forth in the following subsections. b. There previously was a competitive process to select an engineering firm for the work under this contract. The original solicitation of the project required a proposer to invest substantial time before submitting a proposal because they had to review the City’s technical information. Only one proposal was received, from Murraysmith. Now, for this amendment, not only would another proposer have to review the many hundreds of pages of technical information, but extensive review of prior engineering and construction work and familiarization with the City’s Pavement Management Program would also be necessary to be able to prepare a proposal. c. The internal costs that another proposer would incur to develop an equivalent understanding of the 2018 – 2021 pavement management program would be considerable - likely ranging from $100,000 to $200,000 dollars. d. Murraysmith has executed all its required tasks necessary to successfully achieve measurable improvements in the pavement condition of the City’s street network. Proposers would recognize that Murraysmith would also be submitting a proposal. e. Another competitive proposal process would require firms to demonstrate equal or better knowledge, skills and capability than Murraysmith to provide the engineering services needed by the City for its Pavement Management Program. Other firms are unlikely to submit proposals in part due to Murraysmith’s body of knowledge and understanding of the City’s 2018 – 2021 Pavement Management Program. f. The scope of this work under the requested special procurement comprising program management, engineering design, construction observation and management, change order and claims management services, quality assurance/quality control services, value engineering, construction budget monitoring and reporting and general administration services is of the same nature, and is within the scope of the anticipated continuation of the project (Attached is a copy of the proposed contract amendment). A competitive proposal process has already been held (for the original solicitation of the contract) and it is unlikely that the open solicitation seeking two additional proposers, as required by LOPCR 47-0277, would result in a new field of qualified, interested submittals. ________________ Page 3 Findings In Support of a Specific Exemption From Competitive Proposal Requirements And Authorizing A Special Procurement For Engineering Services Relating to the 2018 – 2021 Pavement Management Program. B. Criterion: “Result in substantial cost savings to the contracting agency or to the public; or” 1. Substantial staff time and cost is expended to prepare Request for Proposals solicitation documents, associated public notices, administer solicitation period activities, select proposal evaluation team members, evaluate responses to competitive solicitations, conduct interviews, conduct reference checks to confirm proposer responsibility and qualifications, prepare council reports for contract award and prepare contracts once council award is made. A two-step, competitive proposal procurement in lieu of authorizing this special procurement could take 3-4 months to conduct and would incur staff labor and materials costs ranging from $15,000 to $20,000. (In fact, this was the process that the City followed during the original solicitation for Requests for Proposals for the 2018 – 2021 Pavement Management Program. 2. As noted in Part A, above, a substantial body of technical engineering work has been developed by Murraysmith as it has performed program management, engineering design and construction management services for the City’s pavement management program. In order to develop this body of work, many subconsultants have been retained by Murraysmith to conduct specialized elements of the work necessary to undertake the pavement program. Any other consultant selected pursuant to a competitive proposal process to provide program management, engineering design and construction management services in lieu of this special procurement, would necessarily have to procure all notes, calculations, and any other program management, engineering and construction management work of Murraysmith and their subconsultants and vendors of materials and evaluate all such work, notes and calculations completed to date of whatever nature in order to develop a thorough understanding of the technical and management aspects of this project. A conservative estimate of the time it would take for any consultant other than Murraysmith to develop a project understanding as comprehensive as that of Murraysmith is six months. 3. The additional program management, engineering design and construction management services required are a continuation of engineering tasks and analyses already conducted to date and will use a combination of subconsultant services and Murraysmith services. The subconsultant firms providing the needed additional services are already under contract to Murraysmith. 4. Due to the past work by Murraysmith on the 2018 – 2021 Pavement Management Program, they (and their subconsultants) are knowledgeable and able to immediately dedicate sufficient resources and commence the engineering and construction management work necessary to ensure all prior and current pending work necessary to achieve the City’s pavement condition objectives is completed by December 31, 2022. 5. Failure to immediately procure these additional program management, engineering design and construction management services and dedicate additional staff to the project creates a high degree of risk for delay of design and construction work-in-progress. 6. The hourly billing rates of Murraysmith staff and that of their subconsultants are within the range of billing rates charged by other similarly sized consulting firms within the Portland Metropolitan region as are markups on managing subconsultant contracts and administrative costs associated with reimbursable expenses. All such costs are commensurate with the Scope of Work developed by the City and reflect the project’s complexity and risk. ________________ Page 4 Findings In Support of a Specific Exemption From Competitive Proposal Requirements And Authorizing A Special Procurement For Engineering Services Relating to the 2018 – 2021 Pavement Management Program. C. Criterion: Otherwise substantially promote the public interest in a manner that could not practicably be realized by complying with requirements that are applicable under ORS 279B.055, 279B.060, 279B.065 or 279B.070 or under any rules adopted thereunder. 1. The request for proposals requirement for “major personal services” is not based on state law solicitation methods (ORS 279B.055, 279B.060, 279B.065 or 279B.070), but rather by ORS 279A.070 (“(e)ach contracting agency authorized to enter into personal services contracts shall create procedures to screen and select persons to perform personal services.”) and LOPCR 47- 0277(4)(For personal service contracts greater than $100,000, “the PCO shall solicit and shall obtain at least three competitive proposals based on the RFP, unless three proposals are not available.” Therefore, it is not technically possible to comply with ORS 279B.055, 279B.060, 279B.065 or 279B.070, and accordingly, it is not technically possible to “otherwise substantially promote the public interest in a manner that could not practicably be realized by complying with requirements” of cited state law. However, these findings look to the public interest sought to be served by the request for proposal requirement, and the spirit of solicitation of competitive proposals under ORS 279B.060. 2. The City Engineer believes that there is a significant likelihood that there would not likely be any additional proposers to a Request for Proposals because all potential proposers except Murraysmith would have to undertake extensive review of the City’s Pavement Management Program and the engineering design and construction work that has been done to date, in a short period of time, to submit a proposal. 3. As noted above in Section A, the current engineering firm was selected through an open solicitation and evaluation. Page 1 – Amendment 1 to Personal Service Contract: Murraysmith – 2018 – 2021 Pavement Management Program CITY OF LAKE OSWEGO Amendment No. 1 to Personal Service Contract For Engineering Services 2018 – 2021 Pavement Management Program This is an Amendment to the Contract by and between the City of Lake Oswego (hereinafter City), and Murraysmith, hereinafter called "Contractor," which was previously entered into on October 20, 2017 (“Contract”); and Whereas, the parties wish to amend the Contract to provide for a continuation of Work authorized by the original Contract; and Whereas, the City’s Project Manager finds pursuant to OAR 137-048-0320 that the amendment is within the scope of the project as originally solicited and this amendment would not materially impact the field of competition described in the original procurement document because: a. A separate contract for the additional work would require the selected contractor for the amendment work to accept and rely upon the original contract work performed by the originally selected contractor without further extension of time to review or futher cost to the City, and b. The selected contractor for the amendment work, if different than the original contractor, would be required to waive any defense to a claim based on the prior work by a different contractor, and such a provision in a solicitation for the scope of work in this amendment is not commercially acceptable, so that no additional proposers for this amendment would arise other than the originally selected contractor. c. The additional City Engineer’s Findings for a Special Procurement For Program Management, Engineering Design And Construction Management Services Regarding 2018 – 2021 Pavement Management Program are incorporated by reference. WITNESSETH: 1. The Scope of Work is hereby amended to add the following additional Work as outlined in the attached Exhibit 1. 2. The Payment Provisions are hereby amended to add the following to the Contract Amount, for the additional work under this Amendment: b. Contract Amendment Amount: Not to Exceed $3,800,000 (see Exhibit 2); See Original Contract for contract rates for the Work under this Contract Amendment. 3. The Date of Completion is amended to December 31, 2022. All other provisions of the Contract referenced above shall remain in full force and effect. Exhibit B to Resolution 19-63 Page 2 – Amendment 1 to Personal Service Contract: Murraysmith – 2018 – 2021 Pavement Management Program MURRAYSMITH, INC. By:__________________________________ Name:_______________________________ Title: ________________________________ Date: _________________________ CITY OF LAKE OSWEGO _____________________________________ Martha Bennett City Manager Date: ______________________ Public Contracting Officer 380 A Avenue PO Box 369 Lake Oswego, OR 97034 Date Authorized by Council: December 17, 2019 APPROVED AS TO FORM: _____________________________________ Evan P. Boone, Deputy City Attorney EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 1 BACKGROUND AND SCOPE OF WORK FOR AMENDMENT 1 TO A PERSONAL SERVICES CONTRACT FOR 2018-2021 PAVEMENT MANAGEMENT PROGRAM CITY OF LAKE OSWEGO Introduction/General/Background Pursuant to a competitive, qualifications based selection process, Murraysmith was selected to provide program management, engineering design and construction management services to the City in support for its new Pavement Management Program (PMP). A multi-year personal services contract between Murraysmith and the City was executed in October 2017. Two years into the program, nearly $11 million in design and construction has been completed of the original $21 million envisioned for the PMP as of 2017. With updated priorities, an increase in funding, and an additional year of program work, the current program now totals nearly $44.5 million. In order to complete the remaining program management, engineering design and construction management services, an additional $3.8 million dollars is needed. The program and its projects are complex, multi-faceted, have a footprint across the entire City, and require a great deal of coordination to meet program goals and the City’s “dig once” policy. The City Council believes that a well-maintained system of roads is critical to public safety and the quality of life for the City of Lake Oswego (City) citizens, and to that end has established a goal to improve the overall quality and condition of its roadway system through sustained annual budget appropriations. The City lacks sufficient internal resources to keep up with the funding strategy and therefore requires continued assistance from the Program Manager (Murraysmith/Consultant) to deliver the program over the next three-four years. Scope of Work The City’s Pavement Management Program is comprised of two distinct but related elements: 1. Pavement Preservation – The City currently uses StreetSaver, a computerized pavement management software package to inventory, organize and compile pavement condition information of all streets within the City, identifying the pavement condition index (PCI) for each street. Every three years, Capitol Asset & Pavement Services, Inc. (CAPS) conducts a visual condition assessment of all streets within the City’s urban services boundary (USB): 153 centerline miles maintained by the City and another 29 miles of streets maintained by others (typically Clackamas Co.) but located within the USB. The inventory and condition report is the basis for development of the annual pavement preservation program. The most recent assessment and findings report was completed in 2019 and is available on the City’s website. EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 2 2. Roadway Rehabilitation – The City has identified major roadways that require full rehabilitation. These projects typically involve a significant reconstruction or overlay effort and may include other infrastructure improvements including subsurface utility upgrades or replacement, upgrades to meet ADA requirements and traffic management elements that must be addressed prior to paving. The City’s annual Capital Improvement Plan (CIP) as available on the City’s website identifies pavement rehabilitation and preservation projects programmed through fiscal years 2022/23. The program management scope of work is applicable through December 2022. The individual projects comprising the remaining overall scope of work under the current PMP is summarized in the table below: Project Name Est. Construction Budget Est. Engineering Budget Wembley Park Rd. Rehabilitation Project $5,800,000 $750,000* 2020 City-wide Resurfacing, Crack Sealing and Patching $10,000,000 $850,000* 2021 City-wide Resurfacing, Crack Sealing and Patching $5,700,000 $1,100,000 2022 City-wide Resurfacing, Crack Sealing and Patching $6,300,000 $1,100,000 *Project management, design, and bidding services are provided for under the original contract amount. These two budgets are for construction phase services only. Wembley Park Road Rehabilitation Project Wembley Park Road has been identified for pavement rehabilitation as well as improvements to the storm drainage and water systems within the corridor. This work involves the following anticipated improvements to Wembley Park Road between Country Club Road and Twin Fir Road:  Pavement repairs and pavement resurfacing  Pedestrian improvements  Signage and striping  Storm drainage system improvements  Water System Replacement Project management, design, and bidding services are provided for under the original contract amount. Remaining services required to complete this project under the amended contract amount include Construction Management and Construction Inspection services so the project is constructed as intended per the design, referenced standards and specifications and include the following: EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 3  Construction meetings  Lead coordination meetings with NW Natural during pre-construction utility relocation phase  Lead the pre-construction conference  Lead weekly progress meetings during construction  Lead other meetings as described in the Special Provisions  Coordination & Construction Management Services  Resolve design issues, manage design changes and maintain current and accurate design plans  Coordinate transfer of necessary survey and staking information to Construction Contractor  Review and process daily on-site construction inspection reports  Coordinate design modifications with design team  Provide design and plan sheet revisions (assumes up to 5 design revisions)  Coordinate erosion control issues with City and Contractor  Monitor Contractor's progress and adherence to the project schedule  Process Requests for Information (RFIs), Clarifications, Work Change Directives (WCDs), and Contract Change Orders (CCOs)  Provide EOR responses to technical RFIs and Clarifications  Review monthly invoices from the Contractor and prepare monthly pay estimates for City throughout construction  Review Contractor Quality Control and Consultant-provided Quality Assurance test results and maintain log of test results  Review cost proposals from Contractor and make recommendations to City  Negotiate and draft CCOs for approval by the City  Construction Inspection Services  Oversee and inspect NW Natural utility relocation efforts prior to construction  Full-time on-site inspections during active construction  Provide daily inspection reports and photographs  Provide quality assurance testing, including compaction and HMAC mix verification tests taken at the asphalt plant  Provide arborist services to work with Contractor on tree removal and trimming operations EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 4  Provide geotechnical observation related to subgrade condition, geogrid installation, and pavement condition in advance of patching and grinding work  Inspect ADA ramps for compliance utilizing ODOT inspection forms  Substantial Completion walk-thru and follow-up  Punch List walk-thru and follow-up  Submittal Review  Lead the review and approval of material submittals, shop drawings, mock-ups, and substitution requests  Maintain a log that tracks each submittal from receipt through approval  Construction Phase Public Involvement  Public Involvement and communications approach through construction with assumptions on outreach tools and timing; updated project map and flyer template  Communications tracking (shared responsibility with City staff fielding public inquiries)  Public meeting logistics and materials (if needed, up to 2 meetings - neighborhood)  Up to 2 communications in advance of major construction  Up to 2 communications during construction  Web updates on the City-provided webpage and email updates, assume monthly and then every other week during heavy construction)  Content for use in 2 Hello LO  Additional public information materials, as appropriate, including updated doorhangers, social media posts, or other appropriate communications  Project close-out including coordinating and leading punch-list evaluation meetings and site visits, monitoring punch-list completion efforts by the Construction Contractor, and issuing substantial and final completion notices  Record Drawings. Utilize Contractor and inspector-provided mark-ups and construction documentation information to complete electronic record drawings to be delivered to the City after project completion. 2020 City-wide Resurfacing, Crack Sealing and Patching 2020 City-wide Resurfacing, Crack Sealing and Patching includes the construction of streets identified for pavement rehabilitation and preventative maintenance in 2020. Nineteen miles of Street segments are being improved as derived from the ongoing 4-year Pavement Maintenance Plan process developed for the PMP. The general focus for the pavement rehabilitation and preventative maintenance work is the eastern portion of the City north and south of the lake EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 5 including significant work throughout the First Addition Neighborhood (FAN). This work involves the following anticipated improvements:  Slurry seal preventative maintenance  Pavement rehabilitation  Curb ramps (approx. 85)  Relocating pedestrian push button poles, pedestrian signal heads, pedestrian push buttons, and relocating signal junction boxes  Patching work  Signage and striping  Storm drainage system improvements Project management, design, and bidding services are provided for under the original contract amount. Remaining services required to complete this project under the amended contract amount include Construction Management and Construction Inspection services so the project is constructed as intended per the design, referenced standards and specifications and include the following:  Construction meetings  Lead the pre-construction conference  Lead weekly progress meetings during construction  Lead other meetings as described in the Special Provisions  Coordination & Construction Management Services  Resolve design issues, manage design changes and maintain current and accurate design plans  Coordinate transfer of necessary survey and staking information to Construction Contractor  Review and process daily on-site construction inspection reports  Coordinate design modifications with design team  Provide design and plan sheet revisions (assumes up to 5 design revisions)  Coordinate erosion control issues with City and Contractor  Monitor Contractor's progress and adherence to the project schedule  Process Requests for Information (RFIs), Clarifications, Work Change Directives (WCDs), and Contract Change Orders (CCOs)  Provide EOR responses to technical RFIs and Clarifications EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 6  Review monthly invoices from the Contractor and prepare monthly pay estimates for City throughout construction  Review Contractor Quality Control and Consultant-provided Quality Assurance test results and maintain log of test results  Review cost proposals from Contractor and make recommendations to City  Negotiate and draft CCOs for approval by the City  Construction Inspection Services  Full-time on-site inspections during active construction  Provide daily inspection reports and photographs  Provide quality assurance testing, including compaction and HMAC mix verification tests taken at the asphalt plant  Provide arborist services to work with Contractor on tree removal and trimming operations  Provide geotechnical observation related to subgrade condition and pavement condition in advance of patching and grinding work  Inspect ADA ramps for compliance utilizing ODOT inspection forms  Substantial Completion walk-thru and follow-up  Punch List walk-thru and follow-up  Submittal Review  Lead the review and approval of material submittals, shop drawings, mock-ups, and substitution requests  Maintain a log that tracks each submittal from receipt through approval.  Construction Phase Public Involvement  Public Involvement and communications approach through construction with assumptions on outreach tools and timing; updated project map and flyer template  Communications tracking (shared responsibility with City staff fielding public inquiries)  Public meeting logistics and materials (if needed, up to 2 meetings - neighborhood)  Up to 2 communications in advance of major construction  Up to 2 communications during construction  Web updates on the City-provided webpage and email updates, assume monthly and then every other week during heavy construction)  Content for use in 2 Hello LO EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 7  Additional public information materials, as appropriate, including updated doorhangers, social media posts, or other appropriate communications.  Project close-out including coordinating and leading punch-list evaluation meetings and site visits, monitoring punch-list completion efforts by the Construction Contractor, and issuing substantial and final completion notices.  Record Drawings. Utilize Contractor and inspector-provided mark-ups and construction documentation information to complete electronic record drawings to be delivered to the City after project completion. 2021 City-wide Resurfacing, Crack Sealing and Patching 2021 City-wide Resurfacing, Crack Sealing and Patching includes the construction of streets identified for pavement rehabilitation and preventative maintenance in 2021. Eleven miles of Street segments will be improved as derived from the ongoing 4-year Pavement Maintenance Plan developed for the PMP. This work involves the following anticipated improvements:  Slurry seal preventative maintenance  Pavement rehabilitation  Curb ramps  Relocating pedestrian push button poles, pedestrian signal heads, pedestrian push buttons, and relocating signal junction boxes.  Patching work  Signage and striping  Storm drainage system improvements Services required to complete this project include Design, Construction Management, and Construction Inspection services so the project is completed as intended and include the following:  Project Management  Surveying  Utility Coordination  Pavement Services  Stakeholder Outreach  50% Design  90% Design  Final Design  Traffic Signal Modifications  Bidding Services EXHIBIT 1 2018 – 2021 Pavement Management Program – Amendment #1 Background Information and Scope of Work Dec 2019 8  Construction Phase Services 2022 City-wide Resurfacing, Crack Sealing and Patching 2022 City-wide Resurfacing, Crack Sealing and Patching includes the construction of streets identified for pavement rehabilitation and preventative maintenance in 2022. Twelve miles of Street segments will be improved as derived from the ongoing 4-year Pavement Maintenance Plan developed for the PMP. This work involves the following anticipated improvements:  Slurry seal preventative maintenance  Pavement rehabilitation  Curb ramps  Relocating pedestrian push button poles, pedestrian signal heads, pedestrian push buttons, and relocating signal junction boxes.  Patching work  Signage and striping  Storm drainage system improvements Services required to complete this project include Design, Construction Management, and Construction Inspection services so the project is completed as intended and include the following:  Project Management  Surveying  Utility Coordination  Pavement Services  Stakeholder Outreach  50% Design  90% Design  Final Design  Traffic Signal Modifications  Bidding Services  Construction Phase Services EXHIBIT 2 Professional Services Budget Summary The following is a summary of the anticipated budget requirements for remaining program work to be completed under Amendment #1, to the original contract executed October 17, 2017. *Program management is included in current contract amount Project Name Est. Murraysmith Budget Program Management Est. Murraysmith Budget Engineering Design Est. Murraysmith Budget Construction Management Est. Subconsultant Budget Est. Total Budget Wembley Park Rd. Rehabilitation Project* $0 $0 $620,000 $130,000 $750,000 2020 City-wide Resurfacing, Crack Sealing and Patching* $0 $0 $800,000 $50,000 $850,000 2021 City-wide Resurfacing, Crack Sealing and Patching $100,000 $450,000 $275,000 $275,000 $1,100,000 2022 City-wide Resurfacing, Crack Sealing and Patching $100,000 $450,000 $275,000 $275,000 $1,100,000 ORIGINAL ESTIMATE. PLEASE SEE REVISED AMOUNTS IN ATTACHMENT 2. Attachment 2: Cost Benefit Analysis Consultant vs. In‐House Construction Management for the Pavement Management Program 12/20/2019 In‐House Construction Management for 2020‐2022 Item Cost Recruiting 43,200$         Office Space 51,900$         Vehicles & Supplies 171,000$       Loaded Salaries 3,267,200$   Total 3,533,300$   Consultant Construction Management Project Cost Wembley Park Road Rehabilitation 620,000$       2020 City‐Wide Resurfacing Crack Sealing & Patching 500,000$       2021 City‐Wide Resurfacing Crack Sealing & Patching 300,000$       2022 City‐Wide Resurfacing Crack Sealing & Patching 300,000$       Total 1,720,000$   Estimated Savings of Outsourcing Construction Management: 1,813,300$   Professional Services Budget Summary The following is the anticipated budget summary for remaining program work to be completed under the amended contract amount *Program management is included in current contract amount Est. M u rraysmith Budget Est. Murraysmith Budget Est. Murraysmith Budget Proje ct Name Program Management Engineering Design Construction Management Wembley Park Rd . $0 $0 $620,000 Rehabilitation Project* 2020 City-wide Resurfac ing , $0 $0 $500,000 Crack Sealing and Patc hing * 2021 City-wide Resurfacing, $150,000 $500,000 $300,000 Crack Sealing and Patching 2022 City-wide Resurfacing, $150,000 $500 ,000 $300 ,000 Crack Sealing and Patching V3 Est. Subconsultant Est. Total Budget Budget $130,000 $750,000 $50 ,000 $550,000 $300,000 $1,250,000 $300,000 $1,250,000 THESE AMOUNTS REFLECT THE CORRECTED VALUES FROM THE CONSULTANT. COMPARE TO ORIGINAL VALUES IN ATTACHMENT 1.