Loading...
SR 09-10-2019 3E City Council Report City Council Meeting: September 10, 2019 Agenda Item: 3.E 1 of 4 To: Mayor and City Council From: Susan Cline, Director, Public Works, Engineering and Street Services Subject: Approval of first Modification to Contract No. 10733 (CCS) with Michels Pipeline Construction for Water Main Replacement Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a first modification to contract #10733 (CCS) in the amount of $1,186,875 (including $237,375 contingency) with Michels Pipeline Construction, a Wisconsin-based company, for the emergency replacement of 1,350 linear feet of water main pipeline on Ocean Avenue from Wilshire Boulevard to Washington Avenue for the Public Works Department. This will result in an amended contract with a new total amount not to exceed $6,245,667. 2. Authorize the City Manager to negotiate and execute a first modification to professional services contract #10760 (CCS) in the amount of $50,000 (including a 10% contingency) with MNS Engineers, Inc., a California-based company, to provide construction management services for water main pipeline on Ocean Avenue from Wilshire Boulevard to Washington Avenue for the Public Works Department. This will result in an amended contract with a new total amount not to exceed $450,000. Summary The City replaces water mains every one-hundred years to ensure the reliable delivery of safe potable water to over 27,000 customers. Last month, two water main breaks occurred on Ocean Avenue due to deterioration as a result of corrosive soils, requiring emergency repairs. While these breaks were promptly addressed and immediate repairs have been made, staff recommends additional measures, including replacing the entire pipeline along Ocean Avenue between Wilshire Boulevard and Washington Avenue (1,350 linear feet) to avoid additional pipe failures. This repair work is in addition to the budgeted water main replacement work being done by Michels Pipeline Construction. Therefore, staff recommends a first modification to the contract with Michels Pipeline Construction in the amount of $1,186,875 (including contingency) for 2 of 4 the emergency replacement of 1,350 linear feet of water mains on Ocean Avenue, for a new total amount not to exceed $6,245,667. Staff also recommends a first modification to the contract with MNS Engineers, Inc. for construction management and inspection services for this work in the amount of $50,000 (including a 10% contingency) for a new total amount not to exceed $450,000. Discussion The City operates and maintains a water distribution system that consists of 205 miles of water mains (ranging from 6 inches to 36 inches in diameter), fire service lines, fire hydrants, valves, service laterals, and water meters. Water mains can break because of age, material, and soil conditions, resulting in the loss of water, pavement damage, road closures, and interruptions to water service. These are rare in Santa Monica due to the regular replacement of water mains, and staff restores water service to the public and repairs the pavement as quickly as possible. Two water main breaks occurred on Ocean Avenue between Wilshire Boulevard and Washington Avenue on Saturday, August 10 and Wednesday, August 14, 2019. The pipe sections were temporarily repaired by city crews within eight hours. Staff is now proactively replacing the entirety of the corroded pipeline as part of the annual water main replacement project. Service will remain uninterrupted. The pipeline length being replaced is approximately 1,350 linear feet and 12 inches in diameter. Both recommended contract modifications would enable the City to complete the emergency pipe replacement in addition to the original scope of work for the Annual W ater Main Replacement Project approved by Council on August 14, 2018 (Attachment A). 3 of 4 Past Council Actions 08/14/2018 (Attachment A) Council awarded Bid #2464 to Michels Pipeline Construction and authorized a contract to provide construction services for the fiscal year 2018/19 Water Main Replacement Project. 10/09/2018 (Attachment B) Council awarded RFP #2483 to MNS Engineers, Inc. and authorized a professional services contract to provide construction management and inspection services for the fiscal year 2017/18 Annual Wastewater Main Improvements Project. Financial Impacts and Budget Actions Staff seeks authority to approve funding from the Water Fund to increase the amount of the contract with Michels Pipeline Construction for the emergency replacement of 1,350 linear feet of water main pipeline on Ocean Avenue from Wilshire Boulevard to Washington Avenue. Additionally, staff seeks the authority to approve funding from the Water Fund to increase the amount of the contract with MNS Engineers, Inc. for construction management services for the water main pipeline on Ocean Avenue from Wilshire Boulevard to Washington Avenue. Agreement Modification Request Agreement # Contract Authorized Amount Modified Request Amount FY 2019-20 Budget CIP Account # Total Revised Contract Amount 10733 (CCS) $5,058,792 $1,186,875 C5004840.689000 $6,245,667 10760 (CCS) $400,000 $50,000 C5004840.689000 $450,000 Due to the urgent nature of this additional work, the requested amount is an estimated not to exceed amount. The actual cost would be determined on a time and materials basis in accordance with the executed construction contract. 4 of 4 Prepared By: Tom Shahbazi, Civil Engineer Approved Forwarded to Council Attachments: A. August 14, 2018 Staff Report B. October 9, 2018 Staff Report C. Michels Pipeline Construction, Oaks Initiative Disclosure Form D. MNS Engineers Inc. Oaks Initiative Disclosure Form City Council Report City Council Meeting: August 14, 2018 Agenda Item: 3.E 1 of 6 To: Mayor and City Council From: Susan Cline, Director, Public Works, Civil Engineering Subject: Award Construction Contract for 2018 Water Main Replacement Recommended Action Staff recommends that the City Council: 1. Award Bid #2464 to Michels Pipeline Construction, a Wisconsin-based company, to provide construction services for the 2018 Annual Water Main Replacement Project; 2. Authorize the City Manager to negotiate and execute a contract with Michels Pipeline Construction, in an amount not to exceed $5,058,792 (including a 15% contingency); 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. Summary To maintain the safety and reliability of the City’s water deliveries to Santa Monica homes and businesses, pipelines nearing the end of their useful lives need to be replaced. As part of the Annual Water Main Replacement Project, the Water Resources Division routinely replaces water mains, typically focusing on replacing the oldest, to ensure an adequate, high quality, and reliable supply of water to customers. Staff recommends Michels Pipeline Construction, a division of Michels Corporation, to provide construction services for the 2018 Annual Water Main Replacement Project (Project) in an amount not to exceed $5,058,792. Discussion During the past several years, the City has allocated an average of $2 million per fiscal year for water main replacement projects. The $2 million budget supported a 200-year replacement cycle, meaning pipelines were expected to last 200 years before being replaced. On November 22, 2016, City Council authorized an increase of $2 million per fiscal year (for an annual allocation of $4 million) for the Water Main Replacement 2 of 6 Program. This increased investment in the City’s water main replacement capital program was intended to replace 10,000 linear feet of water main and reduce the pipeline replacement period from a 200-year cycle to a 100-year cycle as recommended in the 2014 Sustainable Water Master Plan. However, the latest water main replacement bid results received by the City revealed that a $4 million annual budget is no longer sufficient for a 100-year replacement cycle. Table 1 illustrates the bids received for water main replacement projects since 2010. Table 1 – historic bids for City water main replacement projects Project No. Project LF Low bidders Total Cost Ave. cost per LF SP2464 2017-18 5,750 $ 4,398,950.00 $ 765.03 SP2429 2016-17 - EPA 4,805 $ 2,467,000.00 $ 513.42 SP2383 2015-16 - Ocean Avenue 2,370 $ 1,496,438.00 $ 631.41 SP2297 2014-15 11,465 $ 4,132,341.00 $ 360.43 SP2127 2011 11,730 $ 2,208,850.00 $ 188.31 SP2214 2010 - Third Court 2,010 $ 838,894.00 $ 417.36 Significant cost increases materialized since the development of the Sustainable Water Master Plan in 2014. Fluctuations in yearly costs can be attributed to many factors including project scope and requirements, pipe locations, labor cost, and the construction market. Staff met with the contractor to discuss the cost drivers, and the feedback received is summarized in Table 2. Table 2 – Construction Factors Affecting Water Main Replacement Costs Factor Description Effects Geographic Location Travel times in and out of the City are long. Labor is more expensive because contractors pay employees for their travel time (but it’s not “productive, on the job time”). Trucking costs are higher due to the longer travel times. Majority of construction labor forces, material suppliers, and landfills are based well outside the West Los Angeles vicinity. 3 of 6 Project Requirements Distribution lines generally run in the alleys, where there is limited space for the contractor to work. Limited space restricts the contractor’s production rate. It also requires that the new mains be located in the same location as the existing, which necessitates the use of a temporary high line (as opposed to leaving the old main operational while the new main is installed). Trench Backfill Concrete slurry backfill (slurry) is specified for trench backfill. Slurry is a strong backfill material, but it is expensive. The use of slurry requires that the spoils be hauled away and slurry be hauled in (see location above). Traffic Control This includes engineered traffic control plans in the project’s bid package. The engineered traffic control plan results in a costlier site set-up for the contractor. Its geographic location is beyond the City’s control and the need for a temporary high line in project requirements is dictated by the location where pipe segment needs to be replaced as explained in table 2. Although the cost for this specific project does not reflect a 100-year replacement cycle, staff would pursue updating the City’s trench backfill and traffic control requirements to influence positive cost impacts under this contract and future replacement projects. This Project would replace 5,570 linear feet of water mains, 141 domestic service lines and meters, 14 fire service lines, 11 fire hydrants and 59 water valves in the following street segments: Street Name From To Linear Feet Pico Blvd 4th Street Main Street 1,000 7th Court Santa Monica Blvd Broadway 700 Pier Avenue Main Street 2nd Street 370 Fraser Avenue Neilson Way Ocean Front Walk 700 Hart Avenue Neilson Way Ocean Front Walk 700 Wadsworth Avenue Neilson Way Ocean Front Walk 700 4 of 6 City staff selected these segments for the replacement for 2018 Annual Water Main Replacement Project using the information gathered from the Business Case Evaluation Study Report, Video Inspection and Pipeline Condition Assessment Report, and the City’s maintenance records (Attachment A). Vendor Selection Bid Data Bid Posting Date Bid Posted On Bid Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 5/31/2018 City's Online Bidding Site Santa Monica Daily Press 53 6 7/3/2018 Submittals Received Vendor Selection Recommendation Michels Pipeline Construction $4,398,950 Municipal Code SMMC 2.24.072 Sully-Miller Contracting Company $4,650,000 Evaluation Criteria Price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Colich and Sons, LP $4,762,350 Blois Inc. $4,802,401 Best and Lowest Bidder Michels Pipeline Construction Dominguez General Engineering $4,930,400 Mike Perlich and Sons, Inc. $5,479,900 Best Bidder Justification Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, ability to deliver quality of product and compliance with City specifications. Michels Pipeline Construction has completed numerous similar pipeline projects for various agencies throughout the United States. Locally, Michels Pipeline Construction Vicente Place North Ocean Avenue Appian Way 350 17th Street Robson Avenue Pier Avenue 1,050 Total 5,570 Feet 5 of 6 have been providing water main replacement services for the cities of Pasadena and Santa Ana. Staff contacted the cities of Pasadena and Santa Ana, and respondents reported that they are satisfied with Michels Pipeline Construction’s performance and the projects are progressing on schedule. 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 November 22, 2016 (Attachment B) Authorized an increase in CIP budget appropriation of $2 million per fiscal year (for a total annual allocation of $4 million) for the Water Main Replacement Program November 28, 2017 (Attachment C) Authorized the City Manager to negotiate and execute a professional service agreement with Cannon Corporation for the design of the Water Main Replacement Project. Financial Impacts and Budget Actions Staff seeks authority to award a contract with Michels Pipeline Construction, a division of Michels Corporation to provide construction services for the 2018 Annual Water Main Replacement Project. Contract Request Request Amount FY 2018-19 Budget CIP Account # Total Contract Amount $5,058,792 C5004840.689000 $5,058,792 6 of 6 Prepared By: Tom Shahbazi, Civil Engineer Approved Forwarded to Council Attachments: A. City of Santa Monica 5yr CIP Business Cases Evaluation Study Report B. November 22, 2016 Staff Report C. November 28, 2017 Staff Report D. City of Santa Monica Oaks Initiative Disclosure Form 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 a _ a 1 . N s . I . a C I T Y O F S A N T A M O N I C A O A K S I N I T I A T I V E D I S C L O S U R E F O R M I n o r d e r t o f a c i l i t a t e c o m p l i a n c e w i t h t h e r e q u i r e m e n t s o f t h e O a k s I n i t i a t i v e , t h e C i t y c o m p i l e s a n d m a i n t a i n s c e r t a i n i n f o r m a t i o n . T h a t i n f o r m a t i o n i n c l u d e s t h e n a m e o f a n y p e r s o n o r p e r s o n s w h o i s s e e k i n g a “ p u b l i c b e n e f i t . ” I f t h e ‘ p u b l i c b e n e f i t ” i s s o u g h t b y a n e n t i t y , r a t h e r t h a n a n i n d i v i d u a l p e r s o n , t h e i n f o r m a t i o n i n c l u d e s t h e n a m e o f e v e r y p e r s o n w h o i s : ( a ) t r u s t e e , ( b ) d i r e c t o r , ( c ) p a r t n e r , ( d ) o f f i c e r , o r h a s ( e ) m o r e t h a n a t e n p e r c e n t i n t e r e s t i n t h e e n t i t y . P u b l i c b e n e f i t s i n c l u d e : 1 . P e r s o n a l s e r v i c e s c o n t r a c t s i n e x c e s s o f $ 2 5 , 0 0 0 o v e r a n y 1 2 - m o n t h p e r i o d ; 2 . S a l e o f m a t e r i a l , e q u i p m e n t o r s u p p l i e s t o t h e C i t y i n e x c e s s o f $ 2 5 , 0 0 0 o v e r a 1 2 - m o n t h p e r i o d ; 3 . P u r c h a s e , s a l e o r l e a s e o f r e a l p r o p e r t y t o o r f r o m t h e C i t y i n e x c e s s o f $ 2 5 , 0 0 0 o v e r a 1 2 - m o n t h p e r i o d ; 4 . N o n - c o m p e t i t i v e f r a n c h i s e a w a r d s w i t h g r o s s r e v e n u e o f $ 5 0 , 0 0 0 o r m o r e i n a n y 1 2 - m o n t h p e r i o d ; 5 . L a n d u s e v a r i a n c e , s p e c i a l u s e p e r m i t , o r o t h e r e x c e p t i o n t o a n e s t a b l i s h e d l a n d u s e p l a n , w h e r e t h e d e c i s i o n h a s a v a l u e i n e x c e s s o f $ 2 5 , 0 0 0 ; 6 . T a x “ a b a t e m e n t , e x c e p t i o n , o r b e n e f i t ” o f a v a l u e i n e x c e s s o f $ 5 , 0 0 0 i n a n y 1 2 - m o n t h p e r i o d ; o r 7 . P a y m e n t o f “ c a s h o r s p e c i e ” o f a n e t v a l u e t o t h e r e c i p i e n t o f $ 1 0 , 0 0 0 i n a n y 1 2 - m o n t h p e r i o d . N a m e ( s ) o f p e r s o n s o r e n t i t i e s r e c e i v i n g p u b l i c b e n e f i t : M i c h e l s C o r p o r a t i o n , d b a M i c h e l s P i p e l i n e C o n s t r u c t i o n N a m e ( s ) o f t r u s t e e s , d i r e c t o r s , p a r t n e r s , a n d o f f i c e r s : R u t h L . M i c h e l s - C h a i r m a n o f t h e B o a r d ; P a t r i c k D . M i c h e l s - C E O / P r e s i d e n t ; J o h n F . S c h r o e d e r - E x e c u t i v e V . P . / C F O ; T i m o t h y J . M i c h e l s - V . P / T r e a s u r e r ; K e v i n P . M i c h e l s - V . P / S e c r e t a r y N a m e ( s ) o f p e r s o n s w i t h m o r e t h a n a 1 0 % e q u i t y , p a r t i c i p a t i o n , o r r e v e n u e i n t e r e s t : P a t r i c k D . M i c h e l s , P r e s i d e n t / C E O ; T i m o t h y J . M i c h e l s , V i c e P r e s i d e n t / T r e a s u r e r ; K e v i n P . M i c h e l s , V i c e P r e s i d e n t / S e c r e t a r y P r e p a r e d b y : D a n i e l R . S c h w a r t z T i t l e : A s s i s t a n t S e c r e t a r y / D i v . C o n t r o l l e r S i g n a t u r e : a ) 0 D a t e : M a y 2 3 , 2 0 1 9 E m a i l : d s c h w a a @ m i c h e l s . u s _ _ _ _ _ - P h o n e : ( 9 2 0 ) 5 S 3 1 4 6 4 F O R C i T Y U S E O N L Y : B i d / P C / C o n t r a c t # P e r m i t # Project No. SP2483 B-3APPENDIX B. REQUIRED FORMS (Attachment A) City of Santa Monica Oaks Initiative Disclosure Form All persons or entities receiving public benefits defined below from the City of Santa Monica shall provide the names of trustees, directors, partners and officers and names of those with more than a 10% equity, participation or revenue interest. This information is required by City Charter Article XXII—Taxpayer Protection. Name of Entity: ____________________________________________ NAME(S) OF PERSONS OR ENTITIES RECEIVING PUBLIC BENEFIT: NAME(S) OF TRUSTEES, DIRECTORS, PARTNERS, AND OFFICERS: NAME(S) OF THOSE WITH MORE THAN A 10% EQUITY, PARTICIPATION OR REVENUE INTEREST: 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. Prepared by: __________________________ Signature: ________________________ Date: __________________________ Title: ________________________ FOR CITY USE ONLY: Bid/PO/Contract # ___________________________ Permit # _____________________________________ (1/06) MNS Engineers, Inc. MNS Engineers, Inc. James A. Salvito, President and CEO; Mark Reinhardt, PLS, Vice President/Treasurer; Jeff Edwards, Vice President; Shawn Kowalewski, PE, Vice President; Greg Chelini, PE, Vice President; Miranda Patton, PE, Director of Business Development/Secretary. James A. Salvito, President and CEO; Mark Reinhardt, PLS, Vice President/Treasurer. Greg Chelini July 23, 2019 Vice President REFERENCE: Modified Contract No. 10733 (CCS) & Modified Contract No. 10760 (CCS)