Fresno Logo
File #: ID 24-594    Version: 1 Name:
Type: Action Item Status: Passed
File created: 4/23/2024 In control: City Council
On agenda: 5/23/2024 Final action: 5/23/2024
Title: Award a requirements contract to Holloway Environmental Solutions, LLC, for the removal of biosolids from the Fresno-Clovis Regional Wastewater Reclamation Facility, for three years with an option for two one-year extensions, in the amount of $5,687,500 per year plus price adjustments not to exceed ten percent annually (Bid File 12401371) (Council District 3).
Sponsors: Department of Public Utilities
Attachments: 1. 24-594 Contract Holloway Environmental Solutions, LLC, 2. 24-594 Listing of Proposers, 3. 24-594 RWRF - Vicinity Map

REPORT TO THE CITY COUNCIL

 

 

FROM:                     BROCK D. BUCHE, PE, PLS, Director

                     Department of Public Utilities

 

BY:                     CORY ASHER, Wastewater Manager - Certified

                     Department of Public Utilities - Wastewater Management Division

 

SUBJECT

Title

Award a requirements contract to Holloway Environmental Solutions, LLC, for the removal of biosolids from the Fresno-Clovis Regional Wastewater Reclamation Facility, for three years with an option for two one-year extensions, in the amount of $5,687,500 per year plus price adjustments not to exceed ten percent annually (Bid File 12401371) (Council District 3).

 

Body

RECOMMENDATION

 

Staff recommends City Council award a requirements contract to Holloway Environmental Solutions, LLC, a Wyoming Limited Liability Corporation, for the removal of biosolids from the Fresno-Clovis Regional Wastewater Reclamation Facility (RWRF), in the amount of $5,687,500 per year plus price adjustments not to exceed ten percent annually, for three-years with an option for two one-year extensions; and authorize the Director of Public Utilities, or designee, to execute the contract on behalf of the City of Fresno (City).

 

EXECUTIVE SUMMARY

 

The Department of Public Utilities (DPU), Wastewater Management Division, seeks to award a contract for removal, processing, and beneficial reuse or other environmentally friendly alternative disposal of biosolids.  The RWRF generates biosolids as a byproduct of the wastewater treatment process.  The proposed contract would allow for biosolids management to be performed by Holloway Environmental Solutions, LLC. The project involves the removal and transport of biosolids by Holloway and will be used for mine reclamation, soil amendment and composting.  

 

BACKGROUND

 

The RWRF operates 24 hours per day, 7 days per week, reclaiming wastewater for beneficial use by the City. The facility currently processes about 58 million gallons of wastewater daily. Biosolids are a byproduct of the wastewater treatment process and must be hauled offsite for disposal.

 

A Request for Proposal (RFP), No. 12401371, was prepared for this project. A Notice Inviting Bids was published on December 18, 2023, posted on Planet Bids and advertised in the Business Journal.  Four proposals were evaluated by purchasing and sent to DPU for further evaluation. Total bid proposals ranged in price from $5,687,500 to $9,000,000 per year.

 

Utilizing Holloway Environmental Solutions, LLC, as the hauler for biosolids was determined to be the most cost effective and overall best value for the City. The Purchasing Division has approved this contract and recommends Council to approve. The City Attorney has reviewed and approved to form.

 

ENVIRONMENTAL FINDINGS

 

An initial study and EIR (SCH No. 2007011077) were prepared for this project and adopted on June 26, 2007.  This approval is to implement a portion of the project.  An analysis has been performed pursuant to CEQA Guidelines Section 15162 to determine whether subsequent environmental review is required for this project.  Based upon this analysis the following findings are made to support the determination that no subsequent environmental review is required:

 

1.                     No substantial changes are proposed in the project which will require major revisions to the EIR due to the involvement of new significant environmental effects or a substantial increase in the severity of previously identified significant effects because the project is being implemented as planned.

 

2.                     No substantial changes occurred with respect to the circumstances under which the project was undertaken which will require major revisions to the EIR due to the involvement of new significant environmental effects or a substantial increase in the severity of previously identified significant effects.  The project will not have any significant effects not discussed in the EIR, and there are no mitigation measures or alternatives previously found not to be feasible that are now feasible.

 

3.                     There is no new information, which was not known and could not have been known at the time of the EIR that was not discussed in the EIR.

 

Based upon these findings, it has been determined that no further environmental documentation is required for this project.

 

LOCAL PREFERENCE

 

Local preference was not applied because none of the bidders were a local business.

 

FISCAL IMPACT

 

There is no impact to the General Fund. Funding for this Project is included in the Fiscal Year 2024 Wastewater Management Division’s Operating Budget and will be included in future fiscal year budgets.

 

 

Attachments:                     

 

Attachment 1 - Contract Holloway Environmental Solutions, LLC

Attachment 2 - Lising of Proposers

Attachment 3 - RWRF Vicinity Map