FROM: Robert Thompson, General Manager
Originator: Mike Dorman, Director of Engineering
SUBJECT:
title
NORTH TUSTIN-ORANGE SEWER REHABILITATION, PROJECT NO. 7-69
end
GENERAL MANAGER'S RECOMMENDATION
recommendation
RECOMMENDATION:
A. Approve a Professional Design Services Agreement with Stantec Consulting Services, Inc., to provide engineering services for North Tustin-Orange Sewer Rehabilitation, Project No. 7-69, for an amount not to exceed $5,086,373; and
B. Approve a contingency of $508,637 (10%).
body
BACKGROUND
Orange County Sanitation District (OC San) owns and operates sewer trunklines within the City of Tustin, City of Orange, and unincorporated Orange County. These trunklines were originally constructed between the early 1960s and mid-1980s, with the majority of infrastructure installed during the 1960s. Since that time, limited sewer improvements have been made within the project area.
RELEVANT STANDARDS
• Comply with California Government Code Section 4526 to engage the best qualified firm “on the basis of demonstrated competence and qualifications” and “negotiate fair and reasonable fees
• Protect OC San assets
• Maintain a proactive asset management program
PROBLEM
CCTV inspection records indicate that several pipeline segments are broken or fractured, exhibit severe sags, and have a history of root intrusion. In addition, sewer manholes within the project area show signs of linear delamination or lack protective liners, which can accelerate structural degradation.
Several sewer assets within the project area present significant maintenance challenges due to site constraints and restricted access. These manholes cannot be adequately inspected or maintained, further increasing the risk to system reliability.
PROPOSED SOLUTION
Approve a Professional Design Services Agreement to replace 850 feet of sewer, rehabilitate 4,785 feet of sewer using cured-in-place pipe, install 725 feet of new sewer to provide a new alignment, rehabilitate 140 manholes, and construct 1,300 feet of new access roads within OC San’s easements to resolve site access constraints.
TIMING CONCERNS
Delaying the rehabilitation may lead to further deterioration and could require more extensive repairs and higher costs in the future.
RAMIFICATIONS OF NOT TAKING ACTION
If no action is taken, the structural deficiencies may continue to progress. Ongoing deterioration of these assets could eventually lead to pipeline failure, which may result in sewage spills, and potential impacts to public health and safety.
PRIOR COMMITTEE/BOARD ACTIONS
N/A
ADDITIONAL INFORMATION
Consultant Selection:
OC San requested and advertised for proposals for North Tustin-Orange Sewer Rehabilitation, Project No. 7-69, on August 26, 2025. The following evaluation criteria were described in the Request for Proposals (RFP) and used to determine the most qualified Consultant.
|
CRITERION |
WEIGHT |
|
Project Understanding and Approach |
40% |
|
Related Project Experience |
25% |
|
Project Team and Staff Qualifications |
35% |
Ten proposals were received on October 7, 2025, and evaluated in accordance with the evaluation process set forth in OC San’s Board of Directors Purchasing Ordinance No. OC SAN-61 (Purchasing Ordinance) by a pre-selected Evaluation Team consisting of a Senior Engineer, Engineer, Engineering Supervisor, and Maintenance Manager.
The Evaluation Team scored the proposal on the established criteria as summarized in the table below:
|
|
Firm |
Approach (Max 40) |
Related Experience (Max 25) |
Team (Max 35) |
Total Score (Max 100) |
|
1 |
Burns & McDonnell Western Enterprises, Inc. |
24 |
14 |
22 |
60 |
|
2 |
CDM Smith, Inc. |
31 |
19 |
30 |
80 |
|
3 |
Dudek |
27 |
18 |
26 |
71 |
|
4 |
GHD, Inc. |
26 |
15 |
24 |
65 |
|
5 |
Harris & Associates, Inc. |
27 |
19 |
25 |
71 |
|
6 |
HDR Engineering, Inc. |
30 |
20 |
28 |
78 |
|
7 |
Lee + Ro, Inc. |
26 |
16 |
23 |
65 |
|
8 |
Michael Baker International, Inc. |
29 |
19 |
26 |
74 |
|
9 |
Stantec Consulting Services, Inc. |
33 |
20 |
29 |
82 |
|
10 |
Woodard & Curran, Inc. |
34 |
21 |
26 |
81 |
Based on this scoring, four Consultants were shortlisted for interviews on November 13, 2025. Following the interview, each member of the Evaluation Team scored the Consultants based on both the proposals and interviews using the established evaluation criteria and weighting. Based on the scoring shown below, Stantec Consulting Services, Inc., was selected as the most qualified Consultant.
|
|
Firm |
Approach (Max 40) |
Related Experience (Max 25) |
Team (Max 35) |
Total Score (Max 100) |
|
1 |
Stantec Consulting Services, Inc. |
34 |
22 |
31 |
87 |
|
2 |
CDM Smith, Inc. |
32 |
19 |
28 |
79 |
|
3 |
Woodard & Curran, Inc. |
32 |
20 |
26 |
78 |
|
4 |
HDR Engineering, Inc. |
27 |
18 |
24 |
69 |
Stantec Consulting Services, Inc., presented a clear approach to the Scope of Work and proposed innovative access improvement options. The firm demonstrated a strong understanding of project risks and outlined alternative solutions to mitigate impacts such as permitting delays, public disruption, and technical challenges including bypass pumping and traffic control. Based on these factors, the Evaluation Team determined that Stantec Consulting Services, Inc., is the most qualified firm to perform the Scope of Work.
Review of Fee Proposal and Negotiations:
Proposals were accompanied by sealed fee proposals. In accordance with the Purchasing Ordinance, and per the recommendation of the Evaluation Committee, the Director of Engineering approved to only open the fee proposal from the highest ranked firm.
Staff conducted negotiations with Stantec Consulting Services, Inc. to clarify the Scope of Work requirements, the assumptions used to develop the estimated level of effort, and the proposed approach for meeting the project goals and objectives. After validating these assumptions, the level of effort increased due to underestimated QA/QC and environmental documentation requirements. Staff subsequently reduced the overall fee by redistributing hours from senior to junior staff and applying audited overhead and fringe rates.
|
|
Original Fee Proposal |
Negotiated Fee |
|
Total Hours |
20,638 |
21,398 |
|
Total Fee |
$5,430,785 |
$5,086,373 |
The Consultant’s fringe and overhead costs, which factor into the billing rates, have been substantiated. The contract profit of 6.75% is based on the established formula used for OC San’s standard design agreements. Staff is requesting a 10% contingency to address revisions as the project progresses through preliminary and final design.
Based on the above, staff has determined that the final negotiated fee is fair and reasonable for the level of effort required for this project and recommends approval of the Professional Design Services Agreement to Stantec Consulting Services, Inc.
CEQA
The project requires an Initial Study to be performed to determine the CEQA requirements. This Initial Study will be completed as part of this Professional Design Services Agreement. All CEQA requirements as determined by the Initial Study will be completed prior to the award of the construction contract.
FINANCIAL CONSIDERATIONS
This request complies with the authority levels of OC San’s Purchasing Ordinance. This item has been budgeted (Budget FY 2025-26, Page A-5, North Tustin-Orange Sewer Rehabilitation, Project No. 7-69) but is not sufficient. The project budget increase will be included in the budget approval process for the upcoming fiscal year.
ATTACHMENT
The following attachment(s) may be viewed on-line at the OC San website (www.ocsan.gov) with the complete agenda package:
• Professional Design Services Agreement
• Presentation
SA:lb