Skip to main content
File #: 2026-4784    Version: 1 Name:
Type: Consent Status: Reported to Board
File created: 2/5/2026 In control: OPERATIONS COMMITTEE
On agenda: 2/25/2026 Final action:
Title: ON-CALL EMERGENCY MECHANICAL SERVICES, SPECIFICATION NO. S-2025-698BD
Sponsors: Riaz Moinuddin
Attachments: 1. General Services Contract, SP No. S-2025-698BD
Related files: 2026-4741

FROM:                     Robert Thompson, General Manager

                     Originator: Riaz Moinuddin, Director of Operations & Maintenance 

 

SUBJECT:

 

title

ON-CALL EMERGENCY MECHANICAL SERVICES, SPECIFICATION NO. S-2025-698BD

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION: 

A.       Approve a General Services Contract to Jamison Engineering Contractors, Inc.and a secondary Vendor to provide On-Call Emergency Mechanical Services, Specification No. S-2025-698BD, for an annual total amount  not to exceed $1,056,605 for a one-year period with four (4) optional one-year renewals for each vendor; and

 

B.       Approve an annual contingency of $105,661 (10%) for each vendor.

body

 

BACKGROUND

 

The Orange County Sanitation District (OC San) operates and maintains extensive mechanical equipment, systems, structures, and utilities to convey and treat wastewater at its plants and pump stations.  During urgent, or emergency mechanical events occurring especially outside of normal business hours (holidays, nights, or weekends) OC San may lack immediate access to critical technical support.  Engaging a capable contractors will ensure that OC San has readily available resources and expertise to promptly mitigate urgent issues affecting its treatment and conveyance systems.

 

RELEVANT STANDARDS

 

                     Protect OC San assets

                     Maintain a proactive asset management program

                     24/7/365 treatment plant reliability

 

PROBLEM

 

In urgent or emergency situations, the required work may exceed the capacity of mechanical maintenance staff to effectively respond to and mitigate these events, particularly when these events occur outside of normal business hours.

 

 

PROPOSED SOLUTION

 

Approve a General Services Contract with the two selected contractors to provide on-call emergency mechanical support for critical mechanical and compliance needs.

 

TIMING CONCERNS

 

Proceeding as expeditiously as possible is necessary to ensure staff have the required resources in place prior to an urgent or emergency event.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Failure to act in a timely manner increases the risk of treatment process downtime, process failure, or risk of wastewater spill occurs.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

On September 11, 2025, OC San issued a Request for Proposal and on October 21, 2025, OC San received seven (7) proposals.  The proposals were evaluated in accordance with OC San’s policies and procedures by a team consisting of an OC San Project Manager, a Maintenance Superintendent, two (2) Maintenance Supervisors, and an Engineer.  A Purchasing representative chaired the team as a non-voting member.

 

Proposals were individually scored based on the following criteria:

 

 

CRITERION

WEIGHT

1. Qualifications of the Firm

30%

2. Staffing and Project Organization

25%

3. Work Plan

25%

4. Cost

20%

 

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

 

 

 

 

 

 

 

 

 

Rank

Proposer

Criterion 1 (Max 30%)

Criterion 2 (Max 30%)

Criterion 3 (Max 20%)

Subtotal Score   (Max 80%)

1.

Jamison Engineering Contractors, Inc.

28%

22%

22%

72%

2.

Murray Company

25%

19%

20%

64%

3.

Innovative Engineering and Maintenance

23%

19%

19%

61%

4.

W.A. Rasic

21%

17%

15%

53%

5.

GSE Construction

20%

17%

15%

52%

6.

Vicon Enterprises

20%

16%

11%

47%

7.

Mehta Mechanical Company

17%

15%

14%

46%

 

A sealed cost proposal accompanied all proposals. Only the cost proposals for the three (3) highest-ranked firms were opened.

 

 

Rank

Proposer

Subtotal Score without cost (Max 80%)

Cost (Max 20%)

Total Weighted Score (Max 100%)

1.

Jamison Engineering Contractors, Inc.

72%

18%

90%

2.

Murray Company

64%

20%

84%

3.

Innovative Engineering and Maintenance

61%

15%

76%

 

The two (2) highest-ranked firms were invited to submit a Best and Final Offer (BAFO) following review of the cost proposals.

 

 

Rank

Proposer

Original Cost

BAFO

1.

Jamison Engineering Contractors, Inc.

$1,056,605

$1,056,605

2.

Murray Company

$966,990

$963,990

3.

Innovative Engineering and Maintenance

$1,293,551

N/A

 

Based on these results, staff recommend approving the General Services Contract with Jamison Engineering Contractors, Inc.  The term of this Contract will commence on the effective date of the Notice to Proceed with four (4) optional one-year renewals.

 

 

CEQA

 

The project is exempt from CEQA under the Class 1 categorical exemptions outlined in California Code of Regulations Section 15301.  A Notice of Exemption has been filed with the OC Clerk-Recorder after the OC San Board of Directors’ approval of the General Services Contract.

 

FINANCIAL CONSIDERATIONS

 

This request complies with the authority levels of OC San’s Purchasing Ordinance. This recommendation will be funded under the Repairs and Maintenance line item for Operations and Maintenance Department (Budget Update FY 2025-26, Page 33).  The available funding is sufficient for this action.

 

Date of ApprovalContract AmountContingency

 

 

02/25/2026

$1,056,605

$105,661 (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

 

RM:at:ls