SR 06-14-2022 3C
City Council
Report
City Council Meeting: June 14, 2022
Agenda Item: 3.C
1 of 6
To: Mayor and City Council
From: Rick Valte, Public Works Director, Public Works, Engineering and Street
Services
Subject: Award Construction and Construction Management Contracts for Annual
Wastewater Main Replacement Project
Recommended Action
Staff recommends that the City Council:
1. Award Bid #SP2638 to Steve Bubalo Construction Company to provide
construction services for the FY 2020/21 Annual Wastewater Main Improvements
Citywide Project (Project) for the Public Works Department;
2. Authorize the City Manager to negotiate and execute a contract with Steve
Bubalo Construction Company in an amount not to exceed $4,103,895 (including
a $535,290 contingency);
3. Authorize the Director of Public Works to issue any necessary change orders
with Steve Bubalo Construction Company to complete additional work within
contract authority;
4. Award RFP #SP2638 to Berg and Associates Inc. for construction management
services for the Project;
5. Authorize the City Manager to negotiate and execute a contract with Berg and
Associates Inc. to provide construction management services for the Project in
an amount not to exceed $230,000.
Summary
The City of Santa Monica has a 100 year replacement timeline for all City water and
wastewater mains to ensure the safe and reliable delivery of potable water. The Annual
Wastewater Main Replacement Citywide Project (Project) reduces maintenance needs
and upgrades the capacity of wastewater mains throughout the City. This year, the
Project would replace approximately 5,424 linear feet of sewer main, add lining to 3,495
linear feet of sewer main, and replace 475 service laterals. Pipelines identified for
replacement and rehabilitation are selected based on age, condition, capacity demands,
3.C
Packet Pg. 632
2 of 6
and maintenance history. The Project would also construct two new maintenance
access structures and rehabilitate four maintenance access structures. Staff
recommends Steve Bubalo Construction Company to provide construction services for
the Project in an amount not to exceed $4,103,895 (including a 15% contingency) and
Berg and Associates, Inc. to provide construction management services for the same
project, in an amount not to exceed $230,000. This project is funded by the City’s
Wastewater Fund, dedicated to supporting the maintenance and operations of the City’s
Wastewater utility services.
Discussion
The Water Resources Division operates and maintains an extensive sanitary sewer
collection system including approximately 150 miles of wastewater pipelines. In 2017,
City Council approved a Sanitary Sewer System Master Plan (SSSMP). The SSSMP
evaluated sewer collection system infrastructure (sewer system) data including age,
pipe condition, capacity demands, and maintenance needs, which provides the City with
a tool for planning sewer system improvements. Information from the SSSMP 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 access structures to enable
adequate and reliable future sewer maintenance activities. The Project also implements
cured-in-place pipe lining and rehabilitation of existing mainline pipes to substantially
extend their lifecycle.
Vendor Selection - Construction/Rehabilitation
Staff recommends awarding the construction contract to Steve Bubalo Construction
Company, the lowest and best bidder.
Bidder Recommendation
3.C
Packet Pg. 633
3 of 6
Bid Data
Date Posted Posted On Advertise in (City Charter
& SMMC)
Vendors
Downloaded
Publicly
Opened
03/17/2022 City’s Online
Bidding Site
Santa Monica Daily Press 66 04/18/2022
Best Bidder Justification
Staff recommends Steve Bubalo Construction Company, the lowest bidder as the best
bidder on price and completion of recent projects for the City of Los Angeles,
Department of Water and Power, Los Angeles International Airport, City of Los Angeles
Metropolitan Transportation Authority, Los Angeles County Sanitation Department and
the City of Santa Monica.
Vendor Selection - Construction Management Services
Staff recommends awarding the construction management services contract to Berg
and Associates, Inc. (Berg) who would be responsible for coordinating weekly progress
meetings, reviewing contractor materials and submittals, observing the construction
contractor’s work to ensure construction adheres to project design plans and
specifications, answering contractor questions in the field, preparing daily reports,
capturing and maintaining progress photos, coordinating various City departments,
distributing construction notifications, and addressing questions or concerns from the
public. Berg was selected from an approved shortlist of pre-qualified construction
management firms, created by way of a Request for Qualifications process conducted in
2019. Berg submitted a proposal in response to an RFP for the Project and was
determined to be the best bidder of the three proposals received.
Best Bidder Steve Bubalo Construction Company
Evaluation Criteria Price; the ability, capacity and skill of the bidder to perform the services; the
capacity of the bidder to perform the contract within the time specified, the
sufficiency of the bidder’s financial resources, reputation and experience of
the bidder;
Municipal Code SMMC 2.24.180
Submittals Received
Colich and Sons, LP $ 5,198,295 Gentry General
Engineering
$4,056,401
Mike Perlich and Sons,
Inc.
$ 4,284,317 Steve Bubalo
Construction Co.
$3,568,605
Vasilj, Inc $ 3,907,030
3.C
Packet Pg. 634
4 of 6
Pre-Qualified Vendors
Arcadis Berg and Associates, Inc. Willdan Engineering MNS Engineering
Cannon Engineering
Selection Criteria
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. The City is not required
to select the proposal with the lowest price.
Municipal Code SMMC 2.24.190
RFQ Data
Date Posted Posted On Advertised In
(City Charter & SMMC)
Vendors
Downloaded
Submittals
Received
Date Publicly
Opened
09/25/2019 City's Online
Bidding Site
Santa Monica Daily Press 110 29 10/24/2019
Justification to Short-List
Responding vendors proposals were evaluated and scored based on the above criteria
and the top five were recommended as best qualified firms for underground utility
category.
Bidder Recommendation
Best Qualified Firm
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.
Municipal Code SMMC 2.24.190
RFPs Proposals Received
MNS Engineers Willdan Engineering Berg and Associates, Inc.
RFP Data
Date Posted Posted On # of Vendors
Downloaded
Date Publicly
Opened
03/31/2022 Directly emailed to 5 Pre-qualified Firms 5 04/18/2022
Justification to Award
Three firms submitted a proposal for construction management services. Based on the
selection criteria set forth in SMMC 2.24.190, staff recommends Berg and Associates,
Inc. as the best qualified firm to provide construction observation services based on its
qualifications, price, the competence, and skill of the staff assigned to this project, and
its directly related experience providing similar services for municipal agencies.
3.C
Packet Pg. 635
5 of 6
Community Outreach
Construction is expected to begin between September and December 2022 and last for
12 months. Prior to and during construction, City staff and Berg’s staff would distribute
notifications to adjacent properties, neighborhood groups, and surrounding properties
regarding the project scope, construction schedule, and potential impacts, as well as
mitigation measures that would be included in the traffic control plan. Periodic updates
would be provided as necessary. Social media also would be utilized to notify the public
about potential traffic impacts.
Properties impacted by the project would receive a construction notice. The notice
would be hand-delivered to properties adjacent to the proposed work one to two
weeks prior to the start of construction with detailed information regarding the
planned construction activity, potential impacts, and contact information. The notices
would be prepared by Public Works staff and distributed by the contractor.
Environmental Review
The Project is categorically exempt pursuant to Section 15302 (Class 2 -
Replacement/Reconstruction) of the CEQA Guidelines. Section 15302 provides
exemption for a class of projects involving the replacement/reconstruction of existing
facilities, including the replacement of existing utility systems involving negligible or no
expansion of capacity. The project would replace approximately 5,424 linear feet of
existing wastewater mains that are aging and inadequate. The project would not
significantly increase the existing capacity. In addition, none of the exceptions specified
in Section 15300.2 of CEQA Guidelines would apply that would preclude the use of this
CEQA exemption: the Project site is not located in a sensitive environment; the Project
will not have a significant effect on the environment; the Project would not damage
scenic resources; the Project would not be located on a hazardous waste site; and the
Project would not cause a change to a historical resource.
3.C
Packet Pg. 636
6 of 6
Financial Impacts and Budget Actions
Staff seeks authority to approve funding from the Wastewater Fund to award contracts
to Steve Bubalo Construction Company and Berg and Associates, Inc. for construction
and construction management services, respectively, for the FY 2020/21 Annual
Wastewater Main Replacement Project. Funds are available in the FY 2021-22 CIP
Budget and included in the FY 2022-24 CIP Proposed Budget. Future year funding is
contingent on Council budget approval.
Steve Bubalo Construction Company Contract Request - Construction
Amount CIP Account # Total Contract Amount
$4,103,895 C5104860.689000 $4,103,895
Total $4,103,895
Berg and Associates, Inc. Contract Request - Construction Management
Amount CIP Account # Total Contract Amount
$230,000 C5104860.689000 $230,000
Total $230,000
Prepared By: Tom Shahbazi, Civil Engineer
Approved
Forwarded to Council
Attachments:
A. Berg Oaks Initiative Disclosure Form
B. SBCC-Oaks_Initiative_Disclosure Form
3.C
Packet Pg. 637
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.
Name(s) of persons or entities receiving public benefit:
Name(s) of trustees, directors, partners, and officers:
Name(s) of persons with more than a 10% equity, participation, or revenue interest:
Prepared by: ____________________________Title: __________________________
Signature: ______________________________________ Date: ________________
Email: ____________________________________ Phone: ____________________
FOR CITY USE ONLY:
Bid/PO/Contract # ____________________________ Permit # ___________________________
3.C.a
Packet Pg. 638 Attachment: Berg Oaks Initiative Disclosure Form (5026 : Award Bid#2638 FY 2020/21Annual Wastewater Main Replacement Project)
3.C.b
Packet Pg. 639 Attachment: SBCC-Oaks_Initiative_Disclosure Form (5026 : Award Bid#2638 FY 2020/21Annual Wastewater Main Replacement Project)