Skip to main content
File #: 2025-4540    Version: 1 Name:
Type: Non-Consent Status: Passed
File created: 10/1/2025 In control: OPERATIONS COMMITTEE
On agenda: 12/3/2025 Final action: 12/3/2025
Title: SONAR INSPECTIONS & PIPELINE CLEANINGS OF INVERTED SIPHONS AND LARGE DIAMETER PIPELINES, SPECIFICATION NO. S-2025-695BD
Sponsors: Riaz Moinuddin
Attachments: 1. Agenda Report, 2. General Services Contract, 3. Presentation

FROM:                     Robert Thompson, General Manager

                     Originator: Riaz Moinuddin, Director of Operations & Maintenance

 

SUBJECT:

 

title

SONAR INSPECTIONS & PIPELINE CLEANINGS OF INVERTED SIPHONS AND LARGE DIAMETER PIPELINES, SPECIFICATION NO. S-2025-695BD

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

A.       Approve a General Services Contract to Performance Pipeline Technologies, Inc. (PPT) dba Sanitation Systems for Sonar Inspections & Pipeline Cleanings of Inverted Siphons and Large Diameter Pipelines, Specification No. S-2025-695BD, for a total amount not to exceed $1,750,000 for the period of January 1, 2026, through December 31, 2026; with four (4) optional one-year renewal options; and

 

B.       Approve an annual contingency of $175,000 (10%).

body

 

BACKGROUND

 

Orange County Sanitation District (OC San) maintains more than 350 miles of gravity sewer pipes in its service area which are cleaned on a scheduled basis consistent with OC San’s Sewer System Management Plan (SSMP).  Line segments range in size from 8 inches to 120 inches.  Depending on the pipe size and historical issues, cleaning frequencies have been developed and range from every 4 weeks to once every 5 years.

 

For smaller diameter pipes ranging from 8 inches to 18 inches, cleaning is conducted primarily through hydraulic flushing and vacuuming using a combination sewer cleaning vehicle.  For medium diameter pipes ranging from 21 inches to 42 inches, pipes are cleaned mechanically using a cable tethered tire to act as a moving hydraulic scouring plug.  Pipes greater than 42 inches are generally designed to be “self-cleaning” by creating internal flow velocities that scour potential sediment and are not regularly cleaned by OC San and are typically assumed to be self-cleaning by design of proper scouring velocity.

 

The purpose of this General Services Contract is to perform sonar inspections and pipeline cleanings of inverted siphons and large diameter pipelines within OC San’s wastewater collection system where self-cleaning flows are not occurring.  The contract provides for both pre and post-cleaning sonar inspections, pipeline debris removal and disposal, and data reporting in high-resolution sonar imagery formats. These activities enable OC San to identify structural defects, quantify sediment accumulation, and optimize cleaning frequency for critical assets.

 

RELEVANT STANDARDS

 

                     Protect OC San assets

                     24/7/365 treatment plant reliability

                     Maintain a proactive asset management program

 

PROBLEM

 

Sonar assessments conducted in recent years have identified increased debris accumulation and sediment buildup in several major large diameter pipes, trunk sewers and inverted siphons.  These conditions can reduce hydraulic capacity, cause operational inefficiencies, and elevate the risk of sanitary sewer overflows (SSOs). Existing internal cleaning resources are not sufficient to perform the large-diameter inspections required to maintain system performance and regulatory compliance.

 

PROPOSED SOLUTION

 

Establish a General Services Contract to provide specialized large-diameter and inverted siphon cleaning and sonar inspection services on both an as-needed and scheduled basis.  This contract will enable OC San to proactively identify problem areas and maintain optimal pipeline capacity.

 

TIMING CONCERNS

 

N/A

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Failure to perform these inspections and cleanings could result in debris accumulation, reduced flow capacity, and potential SSOs. These issues could increase emergency maintenance costs, negatively affect treatment performance, and potentially lead to regulatory violations.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

A Request for Proposal (RFP) was issued on September 4, 2025, and proposals were received on October 6, 2025.

 

 

 

 

 

 

 

Proposals were evaluated based on the following criteria:

 

CRITERION

WEIGHT

Qualifications of the Firm

25%

Staffing & Project Organization

25%

Work Plan

30%

Cost

20%

 

The evaluation team first reviewed and scored the proposals based on the criteria listed above, excluding the cost.

 

Rank

Proposer

Criterion 1 (Max 25%)

Criterion 2 (Max 25%)

Criterion 3 (Max 30%)

Subtotal Score          (Max 80%)

1

Performance Pipeline Technologies, Inc. dba Sanitation Systems

21%

20%

25%

66%

2

Pipe and Plant Solutions, Inc.

19%

18%

20%

57%

 

Both proposals were accompanied by a sealed cost proposal which were opened after scores for the first three (3) criteria were submitted.

 

Rank

Proposer

Subtotal Score without cost (Max 80%)

Cost (Max 20%)

Total Weighted Score (Max 100%)

1

Performance Pipeline Technologies, Inc. dba Sanitation Systems

66%

20%

86%

2

Pipe and Plant Solutions, Inc.

57%

0%

57%

 

The cost proposals received are based on hourly rates for different sizes of pipe and linear foot length along with unit costs for gallons of material dewatered, as well as equipment mobilization and demobilization costs.  Cost evaluation was based on sample work scenarios for cleaning and sonar activities which were listed in the Evaluation Procedures of the RFP. The results are below:

 

Rank

Proposer

TOTAL COST OF SAMPLE WORK ORDER SCENARIOS

1

Performance Pipeline Technologies dba Sanitation Systems

$422,400

2

Pipe and Plant Solutions, Inc.

$270,450,000

 

Based on these results, staff recommend approving a General Services Contract to Performance Pipeline Technologies, Inc. dba Sanitation Systems.

 

CEQA

 

N/A

 

FINANCIAL CONSIDERATIONS

 

This request complies with the authority levels of OC San’s Purchasing Ordinance.  The budgeted item is located under the Repairs and Maintenance line item in the Operations and Maintenance Department’s Budget Update for Fiscal Year 2025-2026, and the available funding is sufficient for this action.

 

Date of Approval

Contract Amount

Contingency

12/17/2025

$ 1,750,000

$175,000 (10%)

 

ATTACHMENT

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

 

                     General Services Contract

                     Presentation