Wastewater division manager recommends $2.9 million Hazen and Sawyer contract for interstage pump station
Loading...
Summary
City staff asked the Oxnard City Council to approve a five-year agreement with Hazen and Sawyer for design and construction engineering services for the wastewater interstage pump station, proposing a contract not to exceed $2,912,479 and a requested appropriation of $1,912,479 from the wastewater fund.
The wastewater division manager told the Oxnard City Council that staff recommends the council approve and authorize the mayor to execute a five-year agreement with Hazen and Sawyer to provide professional design and construction engineering services for the city’s wastewater interstage pump station. The manager said the contract term would run from 03/17/2026 to 03/16/2031 and be “a total amount not to exceed $2,912,479.”
The recommendation includes a requested project budget appropriation of $1,912,479 from the wastewater fund and corresponding transfers in the wastewater capital fund to cover design and construction engineering services. The division manager said staff moved funds within the wastewater accounts to ensure the correct funds would cover the contract.
Staff explained the interstage pump station conveys primary effluent to the bio towers and then pumps flow to the activated sludge process. The manager said upgrades to the activated sludge process are under way and, once completed, the bio towers will be removed in areas where feasible; a new interstage pump station will be needed to accommodate the revised treatment configuration. The presenter described the existing facility as built in 1975 and “in pretty poor condition,” and noted that a complete replacement was recommended in the city’s 2017 Public Works Integrated Master Plan.
The presentation reviewed procurement: staff released an RFP on 11/10/2025 with qualifications and proposals due 12/18/2025, sent the RFP directly to 34 firms and published it publicly. Staff said they received two proposals, which were reviewed and ranked by the wastewater division manager, the operations manager and the wastewater project manager. The presenter said Hazen and Sawyer was determined to be the highest-qualified proposer. The firm’s scope of work was summarized as project management; data review and condition assessment; a preliminary design report and basis of design; detailed design plans and specifications; bid support; and engineering services during construction.
The presenter pointed to an aerial map showing where the existing and proposed interstage pump stations would be located. The presentation concluded with the wastewater division manager offering to take questions from the council.
No formal vote or council action appears in the transcript excerpt; the recommendation was presented for council consideration.

