File #: 2024-3809    Version: 1 Name:
Type: Consent Status: Passed
File created: 9/5/2024 In control: OPERATIONS COMMITTEE
On agenda: 9/25/2024 Final action: 9/25/2024
Title: PLANT WATER PIPING REPLACEMENT AT SECONDARY CLARIFIERS 1-26 AT PLANT NO. 1, PROJECT NO. FE20-05
Sponsors: Mike Dorman
Attachments: 1. Agenda Report, 2. FE20-05 Construction Contract Agreement
Related files: 2023-2774

FROM:                     Robert Thompson, General Manager

                     Originator: Mike Dorman, Director of Engineering 

 

SUBJECT:

 

title

PLANT WATER PIPING REPLACEMENT AT SECONDARY CLARIFIERS 1-26 AT PLANT NO. 1, PROJECT NO. FE20-05

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION: 

A.       Receive and file Bid Tabulation and Recommendation for Plant Water Piping Replacement at Secondary Clarifiers 1-26 at Plant No. 1, Project No. FE20-05;

 

B.       Award a Construction Contract Agreement to T.E. Roberts, Inc. for Plant Water Piping Replacement at Secondary Clarifiers 1-26 at Plant No. 1, Project No. FE20-05, for a total amount not to exceed $1,375,313; and

 

C.       Approve a contingency of $137,531 (10%).

body

 

BACKGROUND

 

The Orange County Sanitation District (OC San) uses three different types of water in its operations: city water (potable water), reclaimed water (from OCWD), and OC San’s secondary effluent (plant water).  Plant water is the least expensive and is recycled within the plant after use. However, because it is the least treated, it is also the most corrosive of the three types of water.

 

Plant water is used in the treatment plants, particularly in secondary treatment areas for scum sprayers and wash-down purposes.  Project No. FE20-05 involves replacing some of the piping in the Activated Sludge Facility No. 1 at Plant No. 1.  Ensuring a consistent water supply is crucial for the smooth operation of the secondary treatment system.

 

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

 

 

 

PROBLEM

 

OC San’s Activated Sludge Facility No. 1 at Plant No. 1 has been in service since the 1970s.  The metal plant water pipes have been subject to corrosion and leakage.  These failures are mainly due to the more corrosive chemical composition of the plant water causing portions of the 1,600 feet of buried 6-inch ductile iron pipe to corrode and leak.

 

PROPOSED SOLUTION

 

Award a Construction Contract Agreement for Plant Water Piping Replacement at Secondary Clarifiers 1-26 at Plant No. 1, Project No. FE20-05.  This project will replace the buried ductile iron pipe with a 6-inch high density polyethylene (HDPE) pipe to restore plant water reliability to the secondary clarifier treatment process.

 

TIMING CONCERNS

 

Failure to replace the existing piping will likely result in continued deterioration and failures in the secondary clarifier plant water system, causing shutdowns and impacts to the treatment process.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Continued deterioration of the piping system will likely lead to future urgent repairs and shutdowns of the plant water system.  These urgent repairs are costly, and the shutdowns place additional stress on the treatment process.  If the pipe replacement is deferred, the risk of continued repair costs and reduced reliability of the secondary treatment plant will persist.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

OC San advertised Project No. FE20-05 for bids on May 15, 2024, and eight sealed bids were received on July 18, 2024.  A summary of the bid opening follows:

 

Engineer’s Estimate

$ 1,810,000

Bidder

Amount of Bid

T.E. Roberts, Inc.

$ 1,375,313

Mehta Mechanical Co., Inc.

$ 1,676,500

Myers & Sons Construction, LLC 

$ 1,685,586

Vicon Enterprise

$ 1,725,000

W.A. Rasic Construction Company, Inc.

$ 1,738,214

J&L Constructors, Inc.

$ 1,798,356

Dominguez General Engineering, Inc.

$ 2,230,000

Minako America Corporation

$ 2,325,800

 

 

The bids were evaluated in accordance with OC San’s policies and procedures.  A notice was sent to all bidders on July 22, 2024, informing them of the intent of OC San staff to recommend award of the Construction Contract Agreement to T.E. Roberts, Inc.

 

Staff recommends awarding a Construction Contract Agreement to the lowest responsive and responsible bidder, T.E. Roberts, Inc., for a total amount not to exceed $1,375,313.

 

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 and posted on the State Clearing House after the OC San's 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 FY 2024-25 and 2025-26, Section 8, Page 49, 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

 

DB:lb