FROM: James D. Herberg, General Manager
Originator: Kathy Millea, Director of Engineering
SUBJECT:
title
BAY BRIDGE PUMP STATION VALVE REPLACEMENT, PROJECT NO. FRC-0002
end
GENERAL MANAGER'S RECOMMENDATION
recommendation
RECOMMENDATION:
A. Receive and file Bid Tabulation and Recommendation for Bay Bridge Pump Station Valve Replacement, Project No. FRC-0002;
B. Award a Service Contract to Innovative Construction Solutions for Bay Bridge Pump Station Valve Replacement, Project No. FRC-0002, Specification
No. S-2020-1192BD, for a total amount not to exceed $598,000; and
C. Approve a contingency of $59,800 (10%).
body
BACKGROUND
The Orange County Sanitation District (Sanitation District) owns and operates pump stations and a force main network along Pacific Coast Highway in Newport Beach. The Bay Bridge Pump Station was originally constructed in 1965 and is at the end of its useful life. Bay Bridge Pump Station Replacement, Project No. 5-67, is in design and scheduled to replace the pump station by 2027. Some equipment, such as isolation valves, are in urgent need of replacement and cannot wait until the new pump station is commissioned in 2027.
RELEVANT STANDARDS
• Comply with California Public Contract Code Section 20103.8: Award service contract to lowest responsive, responsible bidder
• Achieve less than 2.1 sewer spills per 100 miles
PROBLEM
To perform pump maintenance and repairs, maintenance crews rely on isolation valves between the wet well and a pump, and between a pump and the discharge header. These valves are at the end of their useful life and there is an immediate risk that a valve might fail open, which would prevent a pump from being repaired, or fail close, which would prevent a pump from going back into service. Such a failure in a wet weather event could cause a sewer spill. The poor condition of these valves requires them to be replaced prior to the Bay Bridge Pump Station Replacement Project.
PROPOSED SOLUTION
Award a Service Contract for Bay Bridge Pump Station Valve Replacement, Project No. FRC-0002. The contract will replace eight gate valves and one flow meter. To perform the work, the contractor will completely bypass the pump station for several weeks using portable pumps and temporary piping.
TIMING CONCERNS
Due to the fact that the work requires bypass pumping, the specifications do not allow the work to occur during the wet weather period, which ends on April 15, 2021. As the bypass pumping will encroach on the northern-most lane of Pacific Coast Highway, the City of Newport Beach will not allow the work to occur between Memorial Day and Labor Day when traffic is heaviest. With the time required to procure the valves, delaying the award of this contract might require the work to be postponed until September 2021.
RAMIFICATIONS OF NOT TAKING ACTION
Without replacement of the valves, the pumps may become inoperable or crews may be unable to isolate and repair pumps until the pump station is replaced in 2027. Construction of the replacement station could also be more expensive if crews cannot rely on the existing valves operate correctly.
PRIOR COMMITTEE/BOARD ACTIONS
N/A
ADDITIONAL INFORMATION
The Sanitation District advertised Bay Bridge Pump Station Valve Replacement, Project No. FRC-0002, for bids on August 14, 2020 and eight bids were received on September 15, 2020. A summary of the bid opening follows:
Engineer’s Estimate |
$ 670,000 |
|
|
Bidder |
Amount of Bid |
Innovative Construction Solutions |
$ 598,000 |
J.R. Filanc Construction Co. Inc. |
$ 658,000 |
PCL Construction, Inc. |
$ 668,499 |
Teichert Energy & Utilities Group |
$ 670,000 |
Performance Mechanical, Inc. |
$ 712,292 |
Mehta Mechanical Company, Inc. |
$ 744,000 |
Green Building Corporation |
$ 835,500 |
Environmental Construction, Inc. |
$ 897,421 |
The bids were evaluated in accordance with the Sanitation District’s policies and procedures. A notice was sent to all bidders on September 23, 2020 informing them of the intent of Sanitation District staff to recommend award of the Service Contract to Innovative Construction Solutions.
Staff recommends awarding a Service Contract to the lowest responsive bidder, Innovative Construction Solutions, for a total amount not to exceed $598,000.
CEQA
The project is exempt from CEQA under the Class 1 categorical exemptions set forth in California Code of Regulations Section 15301 because the project involves repairs, replacement, and or minor alteration of existing facilities involving no expansion of use or capacity. A Notice of Exemption will be filed with the OC Clerk-Recorder after the Sanitation District’s Board of Directors approval of the service contract.
FINANCIAL CONSIDERATIONS
This request complies with authority levels of the Sanitation District’s Purchasing Ordinance. This recommendation would be funded under the Repairs and Maintenance line item for Division 820 (Fiscal Years FY 2020-2021 and 2021-2022 Budget, Section 6, Page 75), and the available funding is sufficient for this action.
ATTACHMENT
The following attachment(s) may be viewed on-line at the OCSD website (www.ocsd.com) with the complete agenda package:
• Service Contract
RD:dm:sa:gc