File #: 2020-1123    Version: 1 Name:
Type: Consent Status: Passed
File created: 6/11/2020 In control: OPERATIONS COMMITTEE
On agenda: 7/1/2020 Final action: 7/1/2020
Title: SHALLOW REBAR REPAIR SERVICES
Sponsors: Rob Thompson
Attachments: 1. Agenda Report, 2. File Summary
Related files: 2020-1152

FROM:                     James D. Herberg, General Manager

                     Originator: Rob Thompson, Assistant General Manager 

 

SUBJECT:

 

title

SHALLOW REBAR REPAIR SERVICES

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

A.       Approve a Purchase Order service contract to Tharsos Inc. to provide Shallow Rebar Repair Services, per Specification No. S-2020-1161BD, for a total amount not to exceed $272,797 for the period beginning August 1, 2020 through July 31, 2021, with four, one-year renewal options; and

 

B.       Approve an annual contingency of $13,640 (5%).

body

 

BACKGROUND

 

The Orange County Sanitation District (Sanitation District) has various concrete structures throughout its two treatment plants in Fountain Valley and Huntington Beach.  These structures require maintenance to keep them operable.  The purpose of this contract is to provide expeditious repairs to concrete structures with shallow or exposed rebar to prevent corrosion and reduce erosion due to exposure.

 

RELEVANT STANDARDS

 

                     Protect Orange County Sanitation District assets

                     Maintain a proactive asset management program

                     Sustain 1, 5, 20-year planning horizons

 

PROBLEM

 

The Sanitation District has identified multiple instances of exposed rebar in several primary basins at Plant No. 1.  Close examination and inspection determined that the rebar was installed too shallow during construction, within an inch of the surface in some areas.  Some of the rebar has spalled and become exposed.

 

 

 

PROPOSED SOLUTION

 

Award a blanket purchase order contract to perform repairs and seal the exposed rebar areas to prevent further corrosion, deterioration, and spalling.  This contract will serve as a blanket contract for expeditious repairs of shallow rebar areas identified during condition assessments performed at Plant Nos. 1 and 2 on an as-needed basis.  All repairs will be priced per the unit rates in the bid to include square footage of the repair, scaffolding setup and removal, and mobilization cost.

 

TIMING CONCERNS

 

N/A

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Exposed rebar will continue to corrode causing concrete spalling which could affect structural integrity, likely to the point that more extensive and costly repair methods would be requiredConcrete structures will be unavailable for service for much longer periods of time while repair services are individually bid after being taken out of service, cleaned, and inspected.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

A Notice Inviting Bids was issued on April 28, 2020 via PlanetBids.  A non-mandatory pre-bid meeting was conducted virtually on May 12, 2020.  Bids were due on June 2, 2020.  The Sanitation District received five responsive bids.  The following is a list of firms who submitted a bid.

 

Bidder

Amount of Bid

Tharsos, Inc.

$272,797

Slater Waterproofing

$314,500

Howard Ridley Co., Inc.

$319,200

W.A. Rasic Construction Co., Inc.

$360,900

Harbor Coating & Restoration

$435,000

 

The basis of the bid amount was 1,200 square feet of repair, five mobilizations, and five scaffolding setup and removals.  Staff recommends award a service contract to Tharsos, Inc. as the lowest responsive and responsible bidder.

 

CEQA

 

Shallow rebar repair services are categorically exempt from CEQA under the Class 1 categorical exemptions set forth in California Code of Regulations Section 15301.  Section 15301 (Class 1) exempts from CEQA “the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible or no expansion of existing or former use,” including “(b) Existing facilities of both investor and publicly-owned utilities used to provide electric power, natural gas, sewerage, or other public utility services”.

 

FINANCIAL CONSIDERATIONS

 

This request complies with authority levels of the Sanitation District’s Purchasing Ordinance.  This recommendation will be funded under the Repair and Maintenance line item for Operations and Maintenance Department (Fiscal Year 2020-21 Budget).  The proposed funding is sufficient for this action.

 

Date of Approval

Contract Amount

Contingency

07/22/2020

$272,797

$13,640 (5%)

 

 

 

 

ATTACHMENT

The following attachment(s) may be viewed on-line at the OCSD website (www.ocsd.com) with the complete agenda package:

 

N/A

 

 

 

RM:jg:ab:gc