File #: 2020-1185    Version: 1 Name:
Type: Consent Status: Passed
File created: 7/27/2020 In control: OPERATIONS COMMITTEE
On agenda: 9/2/2020 Final action: 9/2/2020
Title: GISLER-RED HILL INTERCEPTOR REHABILITATION, PROJECT NO. 7-65
Sponsors: Kathy Millea
Attachments: 1. Agenda Report, 2. 7-65 PDSA (Final), 3. File Summary
Related files: 2022-2421, 2020-1240

FROM:                     James D. Herberg, General Manager

                     Originator: Kathy Millea, Director of Engineering 

 

SUBJECT:

 

title

GISLER-RED HILL INTERCEPTOR REHABILITATION, PROJECT NO. 7-65

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION:  Recommend to the Board of Directors to:

A.       Approve a Professional Design Services Agreement with CDM Smith to provide engineering services for Gisler-Red Hill Interceptor Rehabilitation, Project No. 7-65, for an amount not to exceed $1,754,000; and

 

B.       Approve a contingency of $175,400 (10%).

body

 

BACKGROUND

 

The Orange County Sanitation District (Sanitation District) owns and maintains regional conveyance facilities in the Cities of Costa Mesa and Irvine, including the 30 and 33-inch diameter Gisler-Red Hill Interceptor and the Baker Force Mains.  The Gisler-Red Hill Interceptor runs approximately 15,000 feet from near Main Street Pump Station to College Avenue Pump Station near Harbor Blvd.; mostly just south of the 405 Freeway in the Cities of Costa Mesa and Irvine.  The Baker Force Mains are two 42-inch diameter force mains running approximately 6,000 feet from Main Street Pump Station to Baker Street; mostly along Airway Avenue in the City of Costa Mesa.  The facilities range in age from 30 to 55 years.  The interceptor and force mains are not capacity deficient.

 

RELEVANT STANDARDS

 

                     Achieve less than 2.1 sewer spills per 100 miles

                     Protect Orange County Sanitation District assets

                     California Government Code §4526:  Select the “best qualified firm” and “negotiate fair and equitable fees”

 

PROBLEM

 

Condition assessments completed in 2015 and 2017 on the Gisler-Red Hill Interceptor indicate corrosion in most of the manholes, as well as multiple cracks in the vitrified clay piping.  The Baker Force Mains have corrosion and liner failures due to the corrosive gas migration from the wet wells.

 

PROPOSED SOLUTION

 

Award a Professional Design Services Agreement for Gisler-Red Hill Interceptor Rehabilitation, Project No. 7-65.  The project will rehabilitate the Gisler-Red Hill Interceptor and the Baker Force Mains.

 

TIMING CONCERNS

 

The schedule driver of this project is to resolve the safety and reliability risks associated with deteriorated facilities to reduce the risks of potential spills and structural failures.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Increased risk of failure of the pipes due to continued corrosion causing a sewage spill, and, potentially, property damage.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

Consultant Selection:

 

The Sanitation District requested and advertised for proposals for Gisler-Red Hill Interceptor Rehabilitation, Project No. 7-65, on May 13, 2020.  The following evaluation criterion were described in the Request for Proposals (RFP) and used to determine the most qualified Consultant.

 

CRITERION

WEIGHT

Project Understanding and Approach

35%

Related Project Experience

30%

Project Team and Staff Qualifications

35%

 

Six proposals were received on June 30, 2020 and evaluated in accordance with the evaluation process set forth in Sanitation District Board of Directors’ Purchasing Ordinance No. OCSD-52 (Purchasing Ordinance) by a pre-selected Evaluation Team consisting of the Sanitation District staff:  Senior Engineer (Project Manager), Associate Engineer (Project Engineer), two Engineering Supervisors, and a Maintenance Supervisor.  The Evaluation Team also included one non-voting representative from the Contracts Administration Division.

 

The Evaluation Team scored the proposal on the established criterion as summarized in the table below:

 

 

Firm

Approach (Max 40)

Related Experience (Max 30)

Team (Max 30)

Total Score (Max 100)

1

CDM Smith

31

23

29

83

2

GHD

20

14

17

51

3

Michael Baker International, Inc.

13

13

15

41

4

Tetra Tech

10

13

14

37

5

Lockwood, Andrews & Newnam, Inc. (LAN)

11

10

11

32

6

Atkins North America, Inc.

8

11

13

32

 

Following scoring, the Evaluation Team concluded that interviews were not necessary to determine the most qualified consultant.  CDM Smith was selected as the most qualified Consultant based on their superior project approach and detailed understanding of the risks involved with the project.  The team and related project experience directly related to rehabilitation of both gravity and force mains are well suited to the scope and likely challenges of the current project.

 

Review of Fee Proposal and Negotiations:

 

Proposals were accompanied by sealed fee proposals.  Only the fee proposal of the Evaluation Committee’s highest-ranked firm, as approved by the Director of Engineering, was opened in accordance with the Purchasing Ordinance.

 

Staff conducted negotiations with CDM Smith to clarify the requirements of the Scope of Work, the assumptions used for the estimated level of effort, and the proposed approach to meet the goals and objectives for the project.  Negotiations were held with multiple follow up e-mails and calls.  The fee decreased due to project meetings being held virtually instead of in person and minor revisions of effort required by subconsultants.

 

 

Original Fee Proposal

Negotiated Fee

Total Hours

7,099

6,750

Total Fee

$1,971,681

$1,754,000

 

The Consultant’s fringe and overhead costs, which factor into the billing rate, have been substantiated.  The contract profit is 7.77%, which is based on an established formula based on the Sanitation District’s standard design agreements.

Based on the above, staff has determined that the final negotiated fee is fair and reasonable for the level of effort required for this project and recommends award of the Professional Design Services Agreement to CDM Smith.

 

CEQA

 

The project is exempt from CEQA under the Class 1 categorical exemptions set forth in California Code of Regulations Sections 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 Board award of the Professional Design Services Agreement contract.

 

FINANCIAL CONSIDERATIONS

 

This request complies with authority levels of the Sanitation District's Purchasing Ordinance.  This item has been budgeted.  (Adopted Budget, Fiscal Year 2020-2021 and 2021-2022, Section 8, Page 33) and the project budget is sufficient for the recommended action.

 

ATTACHMENT

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

 

                     Professional Design Services Agreement

 

 

RL:dm:gc