Loading...
SR 09-23-2014 3DCity Council Meeting: September 23, 2014 Agenda Item: -3—D To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Reject Proposals for the Design, Manufacture, Delivery and Installation of Catch Basin Connector Pipe Screens Project Recommended Action Staff recommends that the City Council: 1. Reject all proposals received on July 3, 2014, for professional and general contracting services, to design, manufacture, deliver and install catch basin connector pipe screens. 2. Direct staff to issue a request for bids (RFB) to obtain the best bidder for general contracting services for sizing, manufacture, delivery, and installation of catch basin connector pipe screens at various catch basins throughout the City. Executive Summary On July 3, 2014, six proposals were received for the Design, Manufacture, Delivery and Installation of the Catch Basin Connector Pipe Screens Project. The project consists of retrofitting City of Santa Monica and Los Angeles County owned catch basins with connector pipe screens in order to prohibit trash from entering the storm drain system and ultimately discharging to Santa Monica Bay. The public bid was posted as a request for proposal (RFP) for a professional services contract (PSA). After reviewing the six proposals received, staff determined that it would be in the best interest of the City to: 1) reject all proposals, 2) clarify the scope of the project, and 3) issue a new request for bids. Background As part of the effort to meet the debris total maximum daily load (TMDL) requirements developed by the California Regional Water Quality Control Board, Los Angeles Region, the City selected 745 catch basin locations to evaluate for retrofit with a connector pipe screen design that conforms to an approved full capture system. A full capture system as defined by the Regional Water Quality Control Board is described as "any single E device or series of devices that traps all particles retained by a 5 millimeter mesh screen and has a design treatment capacity of not less than the peak flow rate resulting from a 1 -year, 1 -hour storm in the sub- drainage area." In essence, this device will prevent all particles 5 millimeter or greater from entering the storm drain system. The connector pipe screen installations will comply with this directive. The retrofits would be located in catch basins of the Kenter Canyon, Pico -4th and Pico - Caltrans sub - watersheds. While most of the catch basins are owned by the City, 314 are owned by the Los Angeles County Flood Control District. Discussion On June 5, 2014 the City issued a Request for Proposal (RFP) for the design, manufacture, delivery and installation of Storm Drain Catch Basin Connector Pipe Screens at various catch basins throughout the City. The RFP was posted on the City's online bidding site and advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. On July 3, 2014 staff received six proposals. Staff recommends rejecting all six proposals and issuing a new request for bids for a construction contract with an updated scope of work for the following reasons: • The original scope included the installation of connector pipe screen (CPS) devices in Los Angeles County owned catch basins. This strategy requires the City to pay the County an annual maintenance fee per catch basin or take over maintenance responsibilities of their catch basins. Staff proposes to re- evaluate this strategy and consider other options, such as automatic retractable screens at the curb inlet to the catch basin, to minimize long term maintenance costs. • The original scope included the installation of CPS devices in City owned catch basins. This strategy would result in increased maintenance as city forces would have to periodically remove and dispose of debris collected within the catch 2 basins. Staff proposes to analyze the costs and benefits of adding a secondary screen, such as an automatic retractable screen, at the curb inlet to the catch basins to prevent excessive amounts of debris from collecting inside the catch basins and subsequently minimize the additional maintenance required. • Staff advertised the project as a request for proposal, with the intent of executing a professional services agreement to have the contractor cover design liabilities as faulty design could result in flooding. However, staff recently obtained standard design parameters already established by the Los Angeles County Department of Public Works (LACDPW) for the sizing of connector pipe units and determined that these parameters could be used for the sizing of CPS devices in the City's catch basins. Subsequently, design liabilities are no longer a concern and the scope of work is primarily for sizing and installation /construction. For this scope of work, a professional services agreement would no longer be appropriate and would, instead, require the protections afforded by a public works construction contract. Rejecting all proposals and issuing a new request for bid would enable staff to evaluate options and finalize a new project scope of work that addresses cost - effectiveness, efficient maintenance and regulatory compliance. Next Steps Upon approval from Council, the next steps are: • Notify the six firms of the rejection of proposals — September 2014 • Issue a new request for bids — October 2014 • Review bids — November 2014 • Return to Council with bid award recommendation — January 2015 3 Financial Impacts & Budget Actions There is no immediate fiscal impact or budget action necessary as a result of the recommended action. Prepared by: Joshua Carvalho, P.E., Civil Engineer Approved: kii Martin Pastucha Director of Public Works CI Forwarded to Council: Rod Gould City Manager