SR 10-09-2018 3D
City Council
Report
City Council Meeting: October 9, 2018
Agenda Item: 3.D
1 of 7
To: Mayor and City Council
From: Susan Cline, Director, Public Works, Civil Engineering
Subject: Award Construction and Construction Management Contracts for FY 17/18
Annual Wastewater Main Improvements
Recommended Action
Staff recommends that the City Council:
1. Award Bid #SP2483 to Mike Prlich and Sons, Inc., a California-based company,
to provide construction services for the FY 17/18 Annual Wastewater Main
Improvements Citywide Project for the Public Works Department;
2. Authorize the City Manager to negotiate and execute a contract with Mike Prlich
and Sons, Inc., in an amount not to exceed $3,430,000 (including a 15%
contingency);
3. Authorize the Director of Public Works to issue any necessary change orders to
complete additional work within contract authority.
4. Authorize the City Manager to negotiate and execute a professional services
contract with MNS Engineers, Inc. in an amount not to exceed $400,000
(including a 12% contingency).
5. Authorize the Director of Public Works to issue any necessary change or ders and
modifications to provide additional services within contract authority.
Summary
The FY 17/18 Annual Wastewater Main Improvements Citywide Project (Project) would
replace 8,655 linear feet and line 2,135 linear feet of sewer pipeline to extend the useful
life, reduce maintenance needs, and upgrade capacity of wastewater mains throughout
the City. Pipelines identified for replacement and rehabilitation are selected based on
factors including age, condition, and capacity demands. The Project would also include
the construction of 21 new maintenance access structures (access holes) and
rehabilitation of 57 access holes.
Discussion
The Water Resources Division operates and maintains an extensive sanitary sewer
collection system including approximately 150 miles of wastewater pipelines. On
2 of 7
September 26, 2017, City Council approved a Sanitary Sewer System Master Plan
(SSSMP), which evaluates sewer collection system infrastructure (sewer system) data
such as age, pipe condition, capacity demands, and maintenance needs, and provides
the City with a tool for planning sewer system improvements (Attachment A).
Information from this Plan combined with video and visual inspection records by City
sewer maintenance personnel are used to identify areas of the sewer system that
require rehabilitation and upgrade. The Project includes improvements at selected
areas based on the highest priority deficiencies in the sewer system. The proposed
improvements consist of replacing substandard 6 -inch and 8-inch diameter pipe with
new 8-inch diameter pipe, and replacing, constructing new, or rehabilitating / repairing
manholes to ensure adequate and reliable future sewer maintenance activities. The
project also implements cured-in-place pipe lining (lining) and rehabilitation of existing
mainline pipes, which substantially extends the lifecycle of those existing segments.
The citywide project locations are listed in Attachment B.
3 of 7
Vendor Selection – Construction
Bid Data - Construction
4 of 7
Bid Posting Date Bid Posted On
Bid Advertised In
(City Charter &
Municipal Code)
# of Vendors
Downloaded
# of
Submittals
Received
Date
Publicly
Opened
6/13/2018 City's Online Bidding
Site
Santa Monica
Daily Press 76 11 7/17/2018
Submittals Received Selection Criteria
Mike Prlich and
Sons, Inc. $2,979,595 Municipal Code SMMC 2.24.072
Ramona, Inc. $3,421,905
Evaluation Criteria
Price, previous
experience, ability to
deliver, quality of
product, and compliance
with City specifications.
Michels Corporation $4,038,000
Vasilj Inc. $4,194,615
Best and Lowest
Bidder
Mike Prlich and Sons,
Inc.
MNR Construction,
Inc. $4,555,154
Blois Construction,
Inc. $4,589,585
GRFCO, inc. $4,593,000
PALP Inc dba Excel
Paving $4,682,655
Colich & Sons LP $5,043,330
Sully-Miller
Contracting Co $5,332,340
Clarke Contracting Co $6,228,915
Best Bidder Justification
Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous
experience, ability to deliver a quality work product and compliance with City
specifications. Mike Prlich and Sons, Inc. has completed numerous similar pipeline
projects for various agencies throughout the United States. Locally, Mike Prlich and
Sons, Inc. has provided wastewater main replacement services for the cities of Los
Angeles, Irvine, El Monte, Redondo Beach, Newport Beach, Laguna Beach and Santa
Monica. Staff contacted the reference cities, and respondents reported satisfaction with
Mike Prlich and Sons, Inc.’s performance. Mike Prlich and Sons offered the lowest bid
mainly because the unit price cost for the replacement of substandard 6 -inch and 8-inch
diameter pipe was much lower than other bidders. Additionally, Mike Prlich and Sons’
bid was very close to the engineer’s estimate of $3.01M.
5 of 7
Vendor Selection – Construction Management
The Construction Management firm would provide inspection services for this project.
The inspector would observe and inspect the work, ensure that construction adheres to
project design plans and specifications, answer contractor questions in the field, verify
quantities on contractor invoices, prepare daily reports, capture and maintain progress
photos, coordinate work with various City departments, distribute construction
notifications, and address questions or concerns from the public. City staff does not
have the capacity to inspect and manage the construction of larger scale projects such
as this one, which require full-time oversight.
MNS Engineers, Inc. (MNS) was selected for this project from an approved shortlist of
construction management firms. The shortlist was created by way of the Request for
Qualifications (RFQ) process, and MNS submitted a proposal as part of the Request for
Proposal (RFP) process and was subsequently selected.
RFQ Data
RFQ Posting Date RFQ Posted
On
RFQ Advertised In
(City Charter &
Municipal Code)
# of Vendors
Downloaded
# of
Submittals
Received
Date Publicly
Opened
09/22/2015
City's
Online
Bidding
Site
Santa Monica
Daily Press 124 25 10/19/2015
Pre-qualified List (for
Underground Utilities
Category)
Vendor Selection Recommendation
Arcadis Hill
International Municipal Code SMMC 2.24.073
Berg
CM
MNS
Engineers,
Inc.
Evaluation Criteria Technical competence, staffing
capability, project approach, past
performance, dispute resolution, quality
control, cost control, management
services, customer service, and the
ability to meet the required time frame.
Justification to Short-List
Responding vendor proposals were evaluated and scored based on the above criteria
and the top four were recommended as best qualified firms for the underground utility
6 of 7
category.
RFP Data
RFP Posting Date RFP Posted On
RFP Advertised In
(City Charter & Municipal
Code)
# of Vendors
Downloaded
# of
Submittals
Received
Date Publicly
Opened
05/17/2018
RFP Letter
sent to 4
pre-qualified
firms on
short list
RFP letter sent to
4 pre-qualified
firms on short list
4 firms
received
RFP
letters.
2 06/08/2018
RFPs Received
MNS Engineers, Inc. Berg CM
Justification to Recommend for Award of Contract
A four-person review committee from the Civil Engineering Division evaluated the two
proposals and subsequent interview responses based on the criteria listed in the RFQ
section. Based on the evaluations, the committee recommends awarding the RFP to
MNS Engineers, Inc. as the best qualified firm.
Public Outreach
If the Project is approved, City staff would provide public outreach during construction,
including distributing notifications to adjacent properties and surrounding communities
on the scope of the project, potential impacts and the schedule, with additional periodic
updates.
Past Council Actions
September 26, 2017
(Attachment A)
Approval of Sanitary Sewer System Master Plan
Financial Impacts and Budget Actions
Staff seeks authority to award contracts to Mike Prlich and Sons, Inc. and MNS
Engineers, Inc. to provide construction and construction management services,
respectively, for the FY 17/18 Annual Wastewater Main Improvements Citywide Project.
This project is funded by the Wastewater Fund. Carry forward budget from the FY 2017 -
18 Capital Improvement Program (CIP) budget is now available in the FY 2018 -19 CIP
7 of 7
budget at the accounts below.
Contract Request - Construction
Request Amount
FY 2018-19 Budget
CIP Account # Total Contract Amount
$3,430,000 C5104860.689000 $3,430,000
Total Construction $3,430,000
Contract Request – Construction Management
Request Amount
FY 2018-19 Budget
CIP Account # Total Contract Amount
$400,000 C5104860.689000 $400,000
Total Construction Management $400,000
Prepared By: Joshua Carvalho, Civil Engineer
Approved
Forwarded to Council
Attachments:
A. September 26, 2017 Staff Report (WebLink)
B. FY 17-18 Wastewater Main Replacement Table
C. MNS OAKS INITIATIVE FORM
D. Mike Prlich and Sons Oaks Form
FY 17/18 Wastewater Main Replacement Segments
Street Name From To Linear
Feet
Grant Street 11th Street 14th Street 718
Pine Street 11th Street Euclid Street 450
Maple Street 14th Street 16th Street 550
Ashland Ave 6th Street Highland Ave 175
Prospect Ct End of Alley Marine Street 454
18th Ct Wilshire Place North California Ave 661
21st Street Virginia Ave Pico Blvd 566
Centinela Ave Pearl St Ocean Park Blvd 881
Harvard Ct Broadway Ave Santa Monica Place South 470
Santa Monica Place North Berkeley Ct Franklin Ct 387
California Place North 23rd Ct Chelsea Ave 474
9th Ct Alta Ave Marguerita Ave 659
23rd Ct Washington Place South Montana Ave 1,460
19th Ct End of Alley Olympic Blvd 37
Lincoln Ct End of Alley Olympic Blvd 449
Lincoln Ct Maple Place North Lincoln Blvd 264
Total 8,655
Sewer Lining Segments
Chelsea Ave Arizona Ave Chelsea Pl 340
Franklin Ct Arizona Ave Santa Monica Place North 480
Georgina Place North 4th Street 7TH Street 1,315
Total 2,135
CITY OF SANTA MONICA
OAKS INITIATIVE DISCLOSURE FORM
In order to facilitate compliance with the requirements of the Oaks Initiative, the City
compiles and maintains certain information. That information includes the name of any
person or persons who is seeking a “public benefit.” If the “public benefit” is sought by
an entity, rather than an individual person, the information includes the name of every
person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten
percent interest in the entity.
Public benefits include:
1. Personal services contracts in excess of $25,000 over any 12-month period;
2. Sale of material, equipment or supplies to the City in excess of $25,000 over a 12-
month period;
3. Purchase, sale or lease of real property to or from the City in excess of $25,000
over a 12- month period;
4. Non-competitive franchise awards with gross revenue of $50,000 or more in any
12-month period;
5. Land use variance, special use permit, or other exception to an established land
use plan, where the decision has a value in excess of $25,000;
6. Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12-
month period; or
7. Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12-
month period.
Email: ____________________________________ Phone: ____________________
FOR CITY USE ONLY:
Bid/PO/Contract # ____________________________ Permit # ___________________________
gchelini@mnsengineers.com 805.692.6921
Name(s) of persons or entities receiving public benefit:
MNS Engineers, Inc.
Name(s) of trustees, directors, partners, and officers:
James A. Salvito, Mark Reinhardt, Jeff Edwards, Greg Chelini, Shawn Kowalewski, Miranda Patton
Name(s) of persons with more than a 10% equity, participation, or revenue interest:
James A. Salvito, Mark Reinhardt
Prepared by: __Greg_____Chelini_____________________Title: __Vice_____President___________________
Signature: ______________________________________ Date: ___August___9,__2018________
REFERENCE:
Agreement No. 10759
(CCS)
&
Agreement No. 10760
(CCS)