Skip to main content
File #: 2026-4785    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: ACTIVATED SLUDGE CLARIFIERS 11 AND 13 REHABILITATION AT PLANT NO. 1 (MP1-017), SPECIFICATION NO. S-2025-692BD
Sponsors: Riaz Moinuddin
Attachments: 1. Service Contract, SP No, S-2025-692BD
Related files: 2026-4770

FROM:                     Robert Thompson, General Manager

                     Originator: Riaz Moinuddin, Director of Operations & Maintenance 

 

SUBJECT:

 

title

ACTIVATED SLUDGE CLARIFIERS 11 AND 13 REHABILITATION AT PLANT NO. 1 (MP1-017), SPECIFICATION NO. S-2025-692BD

end

 

GENERAL MANAGER'S RECOMMENDATION

 

recommendation

RECOMMENDATION: 

A.       Approve a Services Contract with Vicon Enterprise, Inc. for Activated Sludge                      Clarifiers 11 and 13 Rehabilitation at Plant No. 1(MP1-017), Specification No. S-                     2025-692BD, for a total amount not to exceed $1,950,500; and

 

B.       Approve a contingency of $195,050 (10%).

body

 

BACKGROUND

 

Orange County Sanitation District (OC San) Plant No. 1 activated sludge facility (AS1) contains 26 rectangular clarifiers that use chain and flight mechanisms to collect sludge that settles along the length of the clarifiers. Over time, the collectors are subject to degradation and wear. Clarifiers 11 and 13 sludge collectors have reached the end of their useful life and have been out of service since December 2023.

 

RELEVANT STANDARDS

 

                     Sustain 1, 5, and 20-year planning horizons

                     Maintain a proactive asset management program

                     24/7/365 treatment plant reliability

 

PROBLEM

 

The collectors in Clarifiers 11 and 13 at AS1 are inoperative and at the end of their useful life and need to be overhauled to provide a reliable and redundant sludge clarification system.

 

PROPOSED SOLUTION

 

Approve a Services Contract for Activated Sludge Clarifiers 11 and 13 Rehabilitation at Plant No. 1 (MP1-017), Specification No. S-2025-692BD, to restore the chain and flight systems.

 

TIMING CONCERNS

 

Delays in approving this rehabilitation (overhaul) may result in limited secondary treatment capacity and redundancy to treat peak wet weather flows.

 

RAMIFICATIONS OF NOT TAKING ACTION

 

Not rehabilitating the two clarifiers will increase the risk of not being able to adequately treat the AS1 flows.

 

PRIOR COMMITTEE/BOARD ACTIONS

 

N/A

 

ADDITIONAL INFORMATION

 

OC San solicited proposals to rehabilitate activated sludge clarifiers 11 and 13 at Plant No. 1 on August 7, 2025, through OpenGov. OC San held a mandatory pre-bid meeting, followed by a job walk on August 21, 2025. Staff used the criteria listed in the RFP to select the most qualified contractor.

 

CRITERION

WEIGHT

1. Qualifications and experience of the firm

30%

2. Proposed staffing and Project Organization

30%

3. Work plan

20%

4. Cost

20%

 

Five proposals were received on September 16, 2025, and evaluated in accordance with the evaluation process outlined in OC San’s Purchasing Ordinance.

 

Rank

Proposer

Qualifications of the firm (Max 30%)

Proposed Staffing and Project Organization (Max 30%)

Work Plan (Max 20%)

Subtotal (Max 80%)

1. 

Vicon Enterprise, Inc.

21%

21%

14%

56%

2. 

Tharsos, Inc.

19%

19%

13%

51%

3. 

Innovative Construction Solutions

17%

17%

12%

46%

4. 

GSE Construction Company, Inc.

14%

15%

8%

37%

5. 

Mehta Mechanical Company, Inc.

15%

13%

7%

35%

                   

A sealed cost proposal accompanied all proposals. Only the cost proposals for the two highest-ranked firms were opened and negotiated.

 

Rank

Proposer

Subtotal Score without cost (Max 80%)

Cost (Max 20%)

Total Weighted Score (Max 100%)

1.

Vicon Enterprise, Inc.

57%

20%

77%

2.

Tharsos, Inc.

51%

16%

67%

 

Best and Final Offer:

 

Both firms were requested to submit a Best and Final Offer (BAFO). Both firms submitted a BAFO, and the results are shown in the table below.

Rank

Proposer

Original Cost

BAFO

1.

Vicon Enterprise, Inc.

$1,950,500

$1,950,500

2.

Tharsos, Inc.

$2,410,529

$2,380,546

 

The BAFO fees did not result in any change to the cost scoring. Following the BAFO, the Evaluation Team ranked the firms based on the proposals and BAFOs using the evaluation criteria and weighting listed above.

 

Based on the scoring shown above, Vicon Enterprise, Inc. was selected as the most qualified contractor, demonstrating strong project qualifications and a comprehensive understanding of the project.

 

Furthermore, the staff has determined that the final fee is fair and reasonable for the level of effort. Staff recommend approval of the Services Contract with Vicon Enterprise, Inc.

 

CEQA

 

The project qualifies for a Class 1 categorical exemption under California Code of Regulations Section 15301, and a Notice of Exemption was filed with the OC Clerk-Recorder following OC San Board of Directors’ approval of service contract, thereby clearing the way for the project to move forward.

 

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 Approval

Contract Amount

Contingency

02/25/2026

$1,950,500

$195,050 (10%)

 

ATTACHMENT

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

 

                     Services Contract

 

RM:at:ls