File #: 2025-4100    Version: 1 Name:
Type: Consent Status: Passed
File created: 2/6/2025 In control: OPERATIONS COMMITTEE
On agenda: 2/26/2025 Final action: 2/26/2025
Title: SEWER PIPELINE CCTV INSPECTION SERVICES, SPECIFICATION NO. S-2024-642BD
Sponsors: Riaz Moinuddin
Attachments: 1. Agenda Report, 2. General Services Contract S-2024-642BD
Related files: 2025-4075

FROM:                     Robert Thompson, General Manager

                     Originator: Riaz Moinuddin, Director of Operations & Maintenance 

 

SUBJECT:

 

title

SEWER PIPELINE CCTV INSPECTION SERVICES, SPECIFICATION NO. S-2024-642BD

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION: 

A.       Approve a General Services Contract to Performance Pipeline Technologies, Inc., DBA Sanitation Systems, to provide As-Needed Sewer Pipeline CCTV Inspection Services, Specification No. S-2024-642BD, for a total amount not to exceed $633,375 for a one-year period, with four (4) one-year renewal options; and

 

B.       Approve a contingency of $126,675 (20%).

body

 

BACKGROUND

 

Sewer inspection and condition assessment are major preventative maintenance tasks outlined in the Orange County Sanitation District (OC San) Sewer System Management Plan (SSMP) approved by the Regional Water Quality Control Board.  OC San has committed to inspecting the entire sewer system every five years to ensure it aligns with the National Association of Sewer Service Companies guidelines and definitions.  Closed Circuit Television (CCTV) data determines pipe structural conditions, scope repair/replacement projects, and validates maintenance tasks and frequencies.

 

OC San previously had two General Service Contracts for Sewer Pipeline CCTV Inspection Services with two Contractors, Pro-Pipe, Inc. (Primary) and National Plant Services, Inc. (Secondary).  In June 2024, Pro-Pipe notified OC San that they would be closing all operations within California in July 2024 and would no longer be able to provide Sewer Pipeline CCTV Inspection Services to OC San thereafter.  Due to the need of redundancy for this service, OC San still needs a second sewer pipeline CCTV contractor to ensure OC San maintains redundancy to meet its CCTV schedule defined in the SSMP.

 

RELEVANT STANDARDS

 

                     Protect OC San assets

                     Maintain a proactive asset management program

                     Operate and maintain facilities to minimize impacts on surrounding communities, including odor, noise, and lighting

 

PROBLEM

 

OC San does not have redundancy to ensure the CCTV portion requirement of the SSMP does not fall behind.

 

PROPOSED SOLUTION

 

Approve a General Services Contract with a second qualified Contractor to meet the requirements of the SSMP.

 

TIMING CONCERNS

 

Delaying the new contract will jeopardize compliance with the SSMP and leave sewer pipe conditions unknown.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

If a new contract is not approved, OC San will fall behind schedule for sewer pipeline CCTV, putting public safety at risk.  In addition, failing to continue monitoring the condition of sewer pipelines could lead to significant failures.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

February 2024 - Approved General Services Contracts to two contractors: Pro-Pipe, Inc. (Primary) for a not to exceed amount of $1,076,373; and National Plant Services, Inc. (Secondary) for $480,000 for Sewer Pipeline CCTV Inspection Services, Specification No. S-2023-1423BD for the period beginning March 1, 2024, through February 28, 2025, with four one-year renewal options for each service provider; and approved an annual contingency of a 10% increase over the prior year for all renewal periods and service providers.

 

ADDITIONAL INFORMATION

 

An RFP was issued on October 2, 2024.  OC San received four responsive proposals, all evaluated and individually scored by a team of two engineers, one assistant engineer, and support from one maintenance superintendent.  A Purchasing representative chaired the team as a non-voting member.  Members of the team performed an independent review of the proposals.  Preliminary scores were reviewed and discussed with a purchasing representative for any questions or concerns.  Proposal evaluations were based on the following criteria:

 

CRITERION

WEIGHT

1. Qualifications & Experience of Firm

15%

2. Proposed Staffing & Project Organization

15%

3. Work Plan

30%

4. Quality of Sample

20%

5. Cost

20%

 

The evaluation team first reviewed and scored the proposals based on the criteria listed above, other than cost, and the scores were as follows:

 

Rank

Proposer

Criterion 1 (Max 15%)

Criterion 2  (Max 15%)

Criterion 3 (Max 30%)

Criterion 4 (Max 20%)

Subtotal Score   (Max 80%)

1

Performance Pipeline Technologies

14%

13%

29%

13%

69%

2

National Plant Services, Inc

13%

10%

21%

17%

61%

3

Pipe Tec, Inc.

13%

11%

18%

11%

53%

4

Premier Pipe, Inc.

11%

11%

21%

8%

51%

 

A sealed cost proposal accompanied all proposals, and only the cost proposal for the highest-ranked firm was opened and negotiated.

 

Rank

Proposer

Subtotal Score without cost (Max 80%)

Cost       (Max 20%)

Total Weighted Score   (Max 100%)

1

Performance Pipeline Technologies

69%

20%

89%

 

Performance Pipeline Technologies was selected to submit a Best and Final Offer.

 

Rank

Proposer

Original Cost

Best And Final Offer

1

Performance Pipeline Technologies

$701,025

$633,375

 

CEQA

 

N/A

 

FINANCIAL CONSIDERATIONS

 

The request complies with authority levels of OC San’s Purchasing Ordinance.  This item has been budgeted (Budget FY 2024-25 and 2025-26, Section 6, Page 92, Operating Materials and Supplies) and the budget is sufficient for the recommended action.

 

Date of Approval

Contract Amount

Contingency

02/26/2025

$633,375

$126,675 (20%)

 

ATTACHMENT

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

 

                     General Services Contract