Fresno Logo
File #: ID 23-1472    Version: 1 Name:
Type: Action Item Status: Passed
File created: 9/29/2023 In control: City Council
On agenda: 11/2/2023 Final action: 11/2/2023
Title: Actions pertaining to the Concrete Liner Installation at the Northeast Surface Water Treatment Facility Sludge Drying Beds 1 and 2 (Bid File 12400215) (Council District 6): 1. Adopt a finding of Categorical Exemption pursuant to Sections 15301/Class 1 and 15302/Class 2 of the California Environmental Quality Act (CEQA) Guidelines 2. Award a construction contract to Unified Field Services Corporation of Bakersfield, California, in the amount of $3,533,654
Sponsors: Capital Projects Department, Department of Public Utilities
Attachments: 1. Environmental Assessment, 2. Bid Evaluation, 3. Fiscal Impact Statement, 4. Sample Contract, 5. Vicinity Map, 6. Location Map

REPORT TO THE CITY COUNCIL

 

 

FROM:                     Randall W. Morrison, PE, Director

                                          Capital Projects Department

 

BROCK D. BUCHE, PE, PLS, Director

                                          Department of Public Utilities

 

BY:                                          francisco V. magos II, PE, Assistant Director

                                          Capital Projects Department, Utilities and On-Site Project Management Division

 

                                          SAMUEL C. NADORES, Licensed Professional Engineer

                                          Capital Projects Department, Utilities and On-Site Project Management Division

 

SUBJECT

Title

Actions pertaining to the Concrete Liner Installation at the Northeast Surface Water Treatment Facility Sludge Drying Beds 1 and 2 (Bid File 12400215) (Council District 6):

1.                     Adopt a finding of Categorical Exemption pursuant to Sections 15301/Class 1 and 15302/Class 2 of the California Environmental Quality Act (CEQA) Guidelines

2.                     Award a construction contract to Unified Field Services Corporation of Bakersfield, California, in the amount of $3,533,654

 

Body

RECOMMENDATIONS

 

Staff recommends that City Council (1) adopt a finding of Categorical Exemption, pursuant to Sections 15301/Class 1 and 15302/Class 2 of the California Environmental Quality Act (CEQA) Guidelines for the Concrete Liner Installation at the Northeast Surface Water Treatment Facility (NESWTF) Sludge Drying Beds 1 and 2 and (2) award a construction contract to Unified Field Services Corporation, in the amount of $3,533,654; and authorize the Capital Projects Director or designee, to sign and execute all documents on behalf of the City of Fresno.

 

EXECUTIVE SUMMARY

 

Various treatment processes at the NESWTF remove particulate matter from the raw water, which is directed to sludge drying beds. Once particle settling occurs, the upper (clearer) waters are decanted and returned to the head of the NESWTF while the settled particulates are allowed to accumulate further, then are later dried and hauled to an approved landfill. The two northern sludge drying beds (Ponds 1 and 2) at the NESWTF are earthen basins. Awarding a construction contract for this project will line Ponds 1 and 2 with concrete to reduce maintenance issues related to having earthen basins.

Funding for this project is included in the Fiscal Year 2024 capital improvement budget within the Water Division DBCP Recovery Fund.

 

BACKGROUND

 

The NESWTF is a proprietary Actiflo surface water treatment facility with a treatment capacity of 30 million gallons per day (MGD), that has been in service since July of 2004. Particulate matter removed via sedimentation and filtration are directed to the sludge drying beds where the residual particles settle and accumulate. As particle settling occurs, the upper (clearer) waters are decanted and returned to the head of the facility for reprocessing. Once accumulated solids reach maximum levels, process waste streams are transferred to another sludge drying bed and the accumulated solids in the original sludge drying bed are allowed to dry and are ultimately removed and taken to an approved landfill.

 

The facility currently maintains four sludge drying beds, two of which, Ponds 1 and 2, are earthen basins. Currently, the earthen basins require additional maintenance related to the pond solids removal process during periods of solids removal. Lining the sludge drying bed with concrete represents a minor alteration that will improve the operation of the facility by ensuring the sludge drying beds maintain the designed slopes and preventing seepage related to earthen lined sludge drying beds.

 

Following preparation of project plans and specifications, a Notice Inviting Bids was published on August 4, 2023, and posted on the City’s Planet Bids website. Specifications were distributed to 19 prospective bidders and posted at 8 Building Exchanges. Three sealed bid proposals were received and publicly opened on September 5, 2023, of which two were considered responsive and responsible bidders. The bid proposals ranged from $2,486,380 to $3,544,000 with Unified Field Services Corporation identified as the lowest, responsive and responsible bidder, with a submitted bid amount of $3,533,654. The lowest bidder was deemed non-responsive for failing to submit the required documents.  The bids will expire 64 days after bid opening, which will be on November 8, 2023.

 

Staff recommends City Council award a construction contract to Unified Field Services Corporation in the amount of $3,533,654 and authorize the Capital Projects Director or designee, to sign and execute all associated documents on behalf of the City.

 

This contract is covered by the Community Workforce Agreement (PLA), as adopted by Council in September 2021. The Contractor shall become signatory to the PLA by executing the Agreement To Be Bound.

 

The City Attorney’s Office has reviewed and approved as to form.

 

ENVIRONMENTAL FINDINGS

 

Staff have performed an environmental assessment for the Project and have determined it is consistent with Categorical Exemption pursuant to Class 1, set forth in the California Environmental Quality Act (CEQA) Guidelines Section 15301 (Existing Facilities), which exempts the repair and maintenance of existing facilities that involves negligible or no expansion of an existing use, and Class 2, set forth in CEQA Guidelines Section 15302 (Replacement or Reconstruction), which exempts replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced. Furthermore, none of the exceptions to Categorical Exemptions set for in the CEQA Guidelines Section 15300.2 apply to this Project.

 

LOCAL PREFERENCE

 

Local preference was not implemented because no local business submitted a responsive and responsible bid.  The lowest responsive and responsible bidder, United Field Services Corporation affirms to self-perform a minimum of 30 percent of the contract amount with individuals employed within Fresno County. United Field Services Corporation shall also submit a certification that at least 50 percent of the total value of the contract will be performed by either the bidder or subcontractors meeting the local preference criteria.

 

FISCAL IMPACT

 

There is no impact to the General Fund.  Funding for this Project is included in the Fiscal Year 2024 capital improvement budget within the Water Division DBCP Recovery Fund. The Project is located in Council District 6. 

 

Attachment(s):                     

Environmental Assessment

Bid Evaluation

Fiscal Impact Statement

Sample Contract

Vicinity Map

Location Map