File #: 2023-2781    Version: 1 Name:
Type: Non-Consent Status: Passed
File created: 1/24/2023 In control: OPERATIONS COMMITTEE
On agenda: 6/5/2024 Final action: 6/5/2024
Title: DIGESTER C, D, F, AND G MECHANICAL REHABILITATION AT PLANT NO. 2, PROJECT NO. FE20-02
Sponsors: Mike Dorman
Attachments: 1. Agenda Report, 2. FE20-02 Construction Contract Agreement Package, 3. Presentation - FE20-02 Contract Award
Related files: 2024-3649

FROM:                     Robert Thompson, General Manager

                     Originator: Mike Dorman, Director of Engineering 

 

SUBJECT:

 

title

DIGESTER C, D, F, AND G MECHANICAL REHABILITATION AT PLANT NO. 2, PROJECT NO. FE20-02

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

A.       Receive and file Bid Tabulation and Recommendation for Digester C, D, F, and G Mechanical Rehabilitation at Plant No. 2, Project No. FE20-02;

 

B.       Award a Construction Contract Agreement to J.F. Shea Construction, Inc. for Digester C, D, F, and G Mechanical Rehabilitation at Plant No. 2, Project No. FE20-02, for a total amount not to exceed $3,694,000; and

 

C.       Approve a contingency of $369,400 (10%).

body

 

BACKGROUND

 

The digester system at Orange County Sanitation District’s (OC San) Plant No. 2 processes sludge to reduce pathogens and volatile organics and generates methane gas for power and heat.  This digester system includes pumps, heat exchangers, and gas piping.

 

RELEVANT STANDARDS

 

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

                     24/7/365 treatment plant reliability

                     Protect public safety

                     Safe, beneficial reuse of Biosolids

                     Commitment to safety & reducing risk in all operations

 

PROBLEM

 

The existing high rate mixing pumps, heat exchangers, heated sludge recirculation pumps, sludge transfer pumps, hot water pumps, and associated instrumentation for Digesters C, D, F, and G are at the end of their useful life and require replacement.  In addition, the elevated walkways between Digesters C and D, Digesters D and I, and Digesters F and G need structural repairs and the 8-inch PVC gas balance pipes need replacement.

 

PROPOSED SOLUTION

 

Award a Construction Contract Agreement for Digester C, D, F, and G Mechanical Rehabilitation at Plant No. 2, Project No. FE20-02.  This project will replace the mechanical equipment and associated piping, replace high rate mixing pumps with chopper pumps, and replace the associated electrical and instrumentation equipment.  The project will also replace the existing PVC gas balance pipes with stainless steel pipes, rehabilitate pipe supports, and repair the walkway bridges.

 

TIMING CONCERNS

 

Delaying the upgrade of the mechanical equipment and gas balance pipes could result in the failure of digesters, reducing the capacity of the digestion system.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Not replacing the mechanical equipment or piping will increase the risk of a digester failure.  If too many digesters are out of service, the biosolids will not meet regulatory compliance.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

OC San advertised Project No. FE20-02 for bids on January 23, 2024, and five sealed bids were received on March 20, 2024.  A summary of the bid opening follows:

 

Engineer’s Estimate

$ 4,400,000

Bidder

Amount of Bid

J.F. Shea Construction, Inc.

$ 3,694,000

Innovative Construction Solution

$ 3,775,000

Kiewit Infrastructure West Co. 

 $ 4,674,000

Filanc

$ 4,678,397

Shimmick Construction Company, Inc.

$ 5,214,000

 

The bids were evaluated in accordance with the OC San’s policies and procedures.  A notice was sent to all bidders on April 24, 2024, informing them of the intent of OC San staff to recommend award of the Construction Contract Agreement to J.F. Shea Construction, Inc.

 

Staff recommends awarding a Construction Contract Agreement to the lowest responsive and responsible bidder, J.F. Shea Construction, Inc., for a total amount not to exceed $3,694,000.

 

 

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 the OC San Board of Directors approval of the Construction Contract Agreement.

 

FINANCIAL CONSIDERATIONS

 

This request complies with the authority levels of OC San’s Purchasing Ordinance.  This item has been budgeted (Budget Update, Fiscal Year 2023-2024, Appendix A, Page 8, Small Construction Projects Program, Project No. M-FE) and the budget is sufficient for the recommended action.

 

ATTACHMENT

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

 

                     Construction Contract Agreement

                     Presentation

 

 

GS:lb