Loading...
SR-10-13-2015-3L 205-003/505-004 City Council Report City Council Regular Meeting: October 13, 2015 Agenda Item: 3.L 1 of 6 To: Mayor and City Council From: Martin Pastucha, Director, Public Works, Civil Engineering Subject: Storm Drain Catch Basin Connector Pipe Screens Project Recommended Action Staff recommends that the City Council: 1. Award Bid #SP2288 to United Storm W ater, Inc., a California-based company, for manufacture and installation services for the Storm Drain Catch Basin Connector Pipe Screens project; 2. Authorize the City Manager to negotiate and execute a contract with United Storm Water, Inc., in an amount not to exceed $536,824 (includes base and additive bid items and a 10% contingency); 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority; 4. Authorize staff to procure permits and associated approvals from the Los Angeles County Flood Control District (LACFCD) in an amount not to exceed $94,200 for the retrofitting of LACFCD owned catch basins. Executive Summary The California Regional Water Quality Control Board, Los Angeles Region (Regional Board) has developed a total maximum daily load for Debris for Nearshore and Offshore Santa Monica Bay (Debris TMDL). This project would install connector pipe screen (CPS) devices in existing storm drain catch basins in Kenter Canyon, Pi co-4th, and Pico- Caltrans sub-watersheds to assist the City in achieving compliance with the Debris TMDL. In high and medium trash areas throughout the City, staff also recommends installation of automated retractable screen (ARS) devices on the face of t he catch basin openings to keep large trash particulates from entering the catch basin. On August 10, 2015, three bids were received for the project. After evaluating the bids received, staff recommends United Storm Water, Inc., for manufacture and insta llation services for the Storm Drain Catch Basin Connector Pipe Screens project in an amount not to exceed $536,824 (includes base and additive bid items and a 10% contingency). 2 of 6 Background On November 4, 2010, the Regional Board adopted Resolution No. R10 -010, amending the Water Quality Control Plan for the Los Angeles Region Stormwater by establishing a Total Maximum Daily Load (TMDL) for debris in near shore and offshore Santa Monica Bay. The TMDL establishes numeric targets of zero trash for discharges into Santa Monica Bay by 2020. Storm water runoff in urban areas, especially from street and surrounding hardscape surfaces which ultimately enter catch basins, are considered significant sources of pollution because of trash and other debris it transports to the storm drain outfalls at the Santa Monica Bay. In order to facilitate compliance with the TMDL, the Regional Board lists TMDL implementation and compliance programs that responsible jurisdictions and agencies may use to attain a progressive reduction in the amount of trash deposited into Santa Monica Bay. One type of program to achieve trash reduction is implementation of full capture treatment systems downstream of the trash discharge area within storm drain facilities within any given watershed. In order to achieve full compliance, the City intends to retrofit both LACFCD and City owned catch basins with full capture treatment systems within each respective watershed. In August 2007, the Regional Board certified CPS systems as “full capture devices” for use within catch basins for trash removal. A certified full capture CPS system generally refers to “any single device or series of devices that traps all particles retained by a 5 mm mesh screen.” Each catch basin within the aforementioned watershe ds will be retrofitted with a board certified and adequately sized full treatment device in order to achieve full TMDL compliance. A Typical CPS device is shown in Attachment A. Previous Council Action On June 5, 2014, staff advertised the project as an RFP with the intent of executing a professional services agreement to cover design liabilities of the connector pipe screen (CPS) devices. It was determined that a faulty design of these devices could lead to flood control issues resulting in flooding of surrounding areas and potentially damaging existing infrastructure. During the bidding period, staff obtained a Regional Board 3 of 6 certified design document from Los Angeles County Department of Public Works which contained a set of standard design parameters for sizing CPS that could be used on City catch basins. By utilizing the certified design, liabilities for flooding were no longer a concern and a professional services agreement was no longer appropriate. On September 23, 2014 (Attachment B), Council rejected all proposals received on July 3, 2014 for professional and general contracting services to design, manufacture, deliver and install catch basin connector pipe screens in existing catch basins. Proposals were rejected in order to (1) complete the procurement process using a request for bid (RFB) and construction contract rather than a request for proposal (RFP) and professional services agreement; and (2) enable staff to reevaluate the project scope and consider system improvements in order to reduce future maintenance costs. In high and medium trash areas within these sub -watersheds, catch basins will be retrofitted with automated retractable screen (ARS) devices in addition to the CPS devices. ARS devices are designated as “partial capture devices” by the Regional Board because its main objective is to prevent larger particulates (greater than 5 mm) from entering the catch basin, which in turn, also reduces the amount of maintenance required to clean trash accumulated in the catch basins. In instances where trash has accumulated on the ARS device and deters flow from getting into the catch basin, the ARS device will open automatically to let flow through and avoid flooding of surrounding areas. Typical ARS device is shown in Attachment C. Discussion As part of the effort to meet the Debris TMDL requirements, the City has selected 745 catch basin locations to be evaluated for retrofit in the Kenter Canyon, Pico -4th and Pico-Caltrans sub-watersheds with a CPS device that conforms to an approved full capture system as defined by the Regional and Executive Boards. A total of 431 catch basins are owned by the City of Santa Monica and 314 are owned by the Los Angeles County Flood Control District (LACFCD), which the City is responsible for device installation in these facilities. 4 of 6 The CPS system design will conform to the April 2007 Los Angeles County Department of Public Works (LACDPW) Technical Report for Connector Pipe Screen Design . The intent of the report is to establish a sizing criterion for these full capture devices while maintaining the existing level of flood protection for both LACFCD and City of Santa Monica facilities. LACFCD Permitting In any instance where LACFCD facilities are modified by an agency other than LA County, including catch basins, a flood permit is required. Retrofitting existing LACFCD catch basins with reliable trash excluder devices (CPS and ARS devices) requires detailed testing, accurate design and installation, and routine maintenance to prevent flooding. In addition, the City and LACFCD will enter in and execute an MOU agreement that will require the City to maintain all trash excluder devices retrofitted on and/or in LACFCD catch basins in the future. Permit costs, which include design review and final inspection on all installations, will range from $100-$300 per catch basin. Contractor Selection On July 7, 2015, the City published Bid #SP2288 for the Storm Drain Catch Basin Connector Pipe Screens project in accordance with the City scope of work. The bid was posted on the City’s on-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. A total of 40 vendors were notified, 32 vendors downloaded the bid, and three bids were received and publicly opened on August 10, 2015. Bid results are as follows: Bidder Base Bid Additive Bid United Storm Water, Inc. $ 452,936.43 $ 35,085.03 Downstream Services, Inc. $ 545,646.95 $ 48,758.75 G2 Construction, Inc. $ 583,745.00 $ 47,835.00 Engineer’s Estimate $ 477,800.00 $ 37,250.00 Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, capacity and skill, ability to deliver and provide future maintenance or 5 of 6 service, and compliance with City scope of work. United Storm Water, Inc. has completed successful projects for the Cities of Los Angeles, Emeryville, Agoura Hills, Inglewood, Torrance and Beverly Hills. Staff contacted references listed in the bid package and all respondents reported that work performed by United Storm Water, Inc. was completed within the project requirements. Staff also verified with the Contractors State License Board that United Storm Water, Inc. and its subcontractors’ licenses are current, active, and in good standing. Based on these criteria, United Storm Water, Inc., the lowest, responsible bidder is recommended as the best bidder for the manufacture and installation of the Storm Drain Catch Basin Connector Pipe Screens project in accordance with City scope of work. Construction Management and Public Outreach Construction management and public outreach for this project would be provided by City staff. Construction management would include inspecting the contractor’s work during construction, verifying and documenting field changes and unforeseen conditions, monitoring and mitigating impacts as a result of the construction activities, attending contractor’s safety meetings, attending periodic progress meetings, and maintaining all necessary inspection documentation relevant to the work conducted during construction. Public outreach would include notifications on the scope of the project, weekly updates on the City’s “Know Before You Go” (aka KBUG) website and in the Santa Monica Daily Press. Updates regarding the project would be provided on the City’s “Be Excited Be Prepared” website. Adjacent properties impacted by the project will receive a construction notice one week before the start of construction. The notice would be prepared and distributed by the contractor. Construction Schedule Installation of trash excluder devices on City owned catch basins will begin in January 2016 and will take approximately four months to implement. Permitting for the 6 of 6 installation of trash excluder devices on LACFCD owned catch basins will begin in January 2016 with approvals taking approximately three to six months and installation an additional four months. The anticipated completion date would be in Fall 2016. Project construction hours would be between the hours of 8 a.m. and 5 p.m. Monday through Friday and 9 a.m. to 4 p.m. on Saturdays for the duration of the project. Financial Impacts and Budget Actions The contract to be awarded to United Storm Water, Inc. is for an amount not to exceed $536,824 (includes base and additive bid items and a 10% contingency). Additionally, LACFCD permits shall be procured at a cost not to exceed $94,200. Funds are available in the FY 2015-2016 Capital Improvement Program budget in account C066025.589000. Prepared By: Joshua Carvalho, Civil Engineer Approved Forwarded to Council Attachments: A. Typical CPS Device B. September 23, 2014 Staff Report C. Typical ARS Device     Reference:    Contract No. 10200   (CCS)