Skip to main content
File #: 2025-4177    Version: 1 Name:
Type: Consent Status: Passed
File created: 3/11/2025 In control: OPERATIONS COMMITTEE
On agenda: 2/4/2026 Final action: 2/4/2026
Title: SUNFLOWER PUMP STATION EFFLUENT CHANNEL REPAIR AT PLANT NO. 1, PROJECT NO. FR1-0026
Sponsors: Mike Dorman
Attachments: 1. Agenda Report, 2. Repair and Replace Services Contract, Project No. FR1-0026
Related files: 2026-4783

FROM:                     Robert Thompson, General Manager

                     Originator: Mike Dorman, Director of Engineering 

 

SUBJECT:

 

title

SUNFLOWER PUMP STATION EFFLUENT CHANNEL REPAIR AT PLANT NO. 1, PROJECT NO. FR1-0026

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

A.       Approve a Repair and Replace Services Contract with Structural Preservation Systems, LLC to provide the Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026), Specification No. S-2025-709BD, for a total amount not to exceed $1,944,791; and

 

B.       Approve a contingency of $194,479 (10%).

body

 

BACKGROUND

 

Orange County Sanitation District (OC San) operates the Sunflower Pump Station, which lifts wastewater from deep trunk sewers into the Headworks at Plant No. 1 for treatment.  The pump station uses two screw pumps, each with a capacity of 40 million gallons per day, to convey flows from the Sunflower Trunk Sewer into the treatment process.

 

Wastewater discharged from the pumps flows into concrete effluent channels before entering downstream facilities.  These channels operate under high flow velocities and are exposed to wastewater conditions that require protective coatings to preserve structural integrity.  OC San last recoated the effluent channels with a polyurethane coating in 2010 and 2011.

 

RELEVANT STANDARDS

 

                     Comply with California Public Contract Code Section 20103.8, award construction contract to lowest responsive, responsible bidder

                     Maintain a proactive asset management program

                     24/7/365 treatment plant reliability

 

PROBLEM

 

The protective coating in both effluent channels at the Sunflower Pump Station has reached the end of its service life and has failed in several areas.  The underlying concrete has deteriorated and now requires repair to prevent further damage.  Due to the extent of the concrete deterioration, OC San installed temporary support beams in both channels to maintain safe operation.

 

Construction work in the effluent channels is limited to the dry season because both pumps are required to handle high flows during the winter.  During the six-month dry season, OC San can only take one pump out of service at a time, which limits the available window to complete the repairs.

 

PROPOSED SOLUTION

 

Approve a Repair and Replace Services Contract to rehabilitate both effluent channels at the Sunflower Pump Station during the 2026 dry season.

 

TIMING CONCERNS

 

Rehabilitation of the effluent channels is expected to take up to six months to complete.  Delaying approval would reduce the available dry-season construction window and increase the risk that the work cannot be completed before the wet season begins.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

If this work does not proceed, deterioration of the effluent channels will continue, increasing the risk of structural failure.  Continued degradation could disrupt wastewater flow through the Sunflower Pump Station and affect the reliable operation of Plant No. 1.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

A Request for Proposals (RFP) was advertised on November 6, 2025, for the Sunflower Pump Station Effluent Channel Repair at Plant No. 1 (FR1-0026), Specification No. S-2025-709BD.  The following evaluation criteria were described in the RFP and used to determine the most qualified Contractor:

 

CRITERION

WEIGHT

Qualifications of the Firm

30%

Proposed Staffing & Project Organization

30%

Work Plan

30%

Cost

10%

 

Two proposals were received on December 11, 2025, and evaluated in accordance with OC San’s Purchasing Ordinance by a pre-selected Evaluation Committee consisting of an Engineering Supervisor, a Construction Inspector Supervisor, a Senior Engineer, and an Engineer. 

 

The Evaluation Committee first reviewed and scored the proposals based on all criteria other than cost. Proposals were accompanied by sealed cost proposals. Based on the evaluation results, Structural Preservation Systems, LLC was ranked highest and selected as the most qualified Contractor.  The firm demonstrated strong qualifications, relevant experience, and a comprehensive understanding of the work required.  Only the cost proposal for Structural Preservation Systems, LLC was opened, as the score differential between the top and second-ranked proposers was such that there would have been no impact on the overall rankings.  The evaluation results are summarized in the table below. 

 

 

 

Firm

 Qual. of the Firm (Max 30%)

Staffing & Organization (Max 30%)

Work Plan (Max 30%)

Cost  (Max 10%)

Total Weighted Score  (Max 100%)

1

Structural Preservation Systems LLC

27.75%

27%

25.13%

--

79.88%

2

Tharsos Inc.

18%

16.50%

14.25%

--

48.75%

 

Best and Final Offer:

 

Structural Preservation Systems, LLC was requested to submit a Best and Final Offer (BAFO) by January 8, 2026.  Structural Preservation Systems, LLC submitted its BAFO by the requested date, resulting in a reduced proposed fee.  The results are shown in the table below. 

 

 

Firm

Original Cost

BAFO

1

Structural Preservation Systems, LLC

$1,983,981

$1,944,791

2

Tharsos Inc.

-

-

 

Staff has determined that the final proposed fee is fair and reasonable for the level of effort required and recommends approval of the Repair and Replace Services Contract with Structural Preservation Systems, LLC.

 

CEQA

 

The project is exempt from CEQA under the Class 1 categorical exemptions set forth in California Code of Regulations Section 15301.  A Notice of Exemption will be filed with the OC Clerk-Recorder after OC San Board of Directors approval of the Service Contract.

 

FINANCIAL CONSIDERATIONS

 

This request complies with the authority levels of OC San’s Purchasing Ordinance.  This recommendation would be funded under the Repairs and Maintenance line item for the Operations and Maintenance Department (Budget FY 2025-26, Page 33) and the available funding is sufficient for this action.

 

 

ATTACHMENT

The following attachment(s) may be viewed on-line at the OC San website (www.ocsan.gov) with the complete agenda package:

 

                     Repair and Replace Services Contract

 

 

SS:lb