Fresno Logo
File #: ID16-1154    Version: 1 Name:
Type: Action Item Status: Passed
File created: 9/27/2016 In control: City Council
On agenda: 10/13/2016 Final action: 10/13/2016
Title: Actions Pertaining to Lift Station 4 Improvements at W. Riverview Drive and W. Bluff Avenue (Bid File 3487) (Council District 2) 1. Adopt a finding of Categorical Exemption of Class 1, pursuant to Section 15301(d) (Existing facilities) and Class 2, pursuant to Section 15302(c) (Replacement or reconstruction) of the California Environmental Quality Act Guidelines 2. Award a construction contract in the amount of $205,890.95 to JT2, Inc., dba Todd Companies of Visalia, California
Sponsors: Department of Public Utilities
Attachments: 1. 3487BidEval.pdf, 2. Lift Station 4 Vicinty Map.pdf, 3. Sample Contract.pdf

REPORT TO THE CITY COUNCIL

 

 

October 13, 2016

 

 

FROM:                     THOMAS C. ESQUEDA, Director

Department of Public Utilities

 

THROUGH:                     KEVIN L. NORGAARD, PE, Supervising Professional Engineer

                                          Department of Public Utilities - Wastewater Management Division

 

BY:                                          SARAH AGUILA, Senior Engineering Technician

                                          Department of Public Utilities - Wastewater Management Division

 

SUBJECT

Title

 

Actions Pertaining to Lift Station 4 Improvements at W. Riverview Drive and W. Bluff Avenue (Bid File 3487) (Council District 2)

1.                     Adopt a finding of Categorical Exemption of Class 1, pursuant to Section 15301(d) (Existing facilities) and Class 2, pursuant to Section 15302(c) (Replacement or reconstruction) of the California Environmental Quality Act Guidelines

2.                     Award a construction contract in the amount of $205,890.95 to JT2, Inc., dba Todd Companies of Visalia, California

 

Body

RECOMMENDATIONS

 

Staff recommends that City Council adopt a finding of Class 1 categorical exemption, pursuant to Section 15301 (d) (Existing facilities) and Class 2 categorical exemption, pursuant to Section 15302 (c) (Replacement or reconstruction) of the California Environmental Quality Act Guidelines for Lift Station 4 Improvements at W. Riverview Drive and W. Bluff Avenue and award a construction contract to JT2, Inc. dba Todd Companies.

 

EXECUTIVE SUMMARY

 

The functionality of the City’s lift stations is an integral part in the Wastewater Collection System. The primary purpose of this rehabilitation project is to replace the structurally failing wall due to lateral pressure from the hill behind it, increase the size of the lift station and modify the entrance to provide increased security and safety for City workers as they perform maintenance duties. Therefore, the Department of Public Utilities, Wastewater Management Division is seeking to award a construction contract to rehabilitate Lift Station 4.

 

BACKGROUND

 

The Collection System Maintenance workgroup is responsible for maintaining the City’s sewer infrastructure consisting of over fifteen lift stations. The five-year Capital Improvement Plan by the Wastewater Management Division identifies the lift stations in most need of rehabilitation. The purpose of these lift stations is to pump wastewater from areas of low elevation to sanitary sewers at higher elevations. Rehabilitation of this lift station will protect the lift station equipment and improve access and safety for the collections systems workers who maintain the functionality of the lift station. The rehabilitation project has four major components. They are, the repair of the structurally failing 6’ retaining wall, increase the size of the lift station, replacement of existing corroded hatches with new hatches which include safety grates, and relocation of the bypass suction and discharge points. Minor components associated with the project are expanding the entrance size, relocating electrical panels to increase maneuverability, and adding an additional light fixture to increase site lighting.

 

Plans and specifications were prepared by DPU staff for the project. A Notice Inviting Bids was published on August 12, 2016, and posted on the City’s website. The specifications were distributed to forty-four prospective bidders, and faxed to eight Builder Exchanges. The Bid will expire on November 2, 2016, sixty-four days after the August 30, 2016, bid opening. Two sealed bid proposals were received and publicly opened on August 30, 2016. The lowest responsive and responsible bid proposal price is $205,890.95.

 

Todd Companies was the lowest responsive and responsible bidder with a submitted bid of $205,890.95. The staff determination was posted on the City’s website. Staff recommends that City Council award a construction contract in the amount of $205,890.95 to Todd Companies as the lowest responsive and responsible bidder. Their bid price is 17.6% below the original Engineer’s Estimate of $250,000. 

 

ENVIRONMENTAL FINDINGS

 

Staff has performed a preliminary environmental assessment for Lift Station 4 Improvements at W. Riverview Drive and W. Bluff Avenue and has determined that it falls within Class 1 and 2 Categorical Exemption set forth in California Environmental Quality Act (CEQA) Guidelines, Section 15301(d) (Existing facilities) and Section 15302(c) (Replacement or reconstruction) because this contract involves restoration or rehabilitation of deteriorated or damaged structures, facilities, or mechanical equipment.  Furthermore, none of the exceptions to Categorical Exemptions set forth in the CEQA Guidelines, Section 15300.2 apply to this project.

 

LOCAL PREFERENCE

 

Local preference was not implemented because the local bidder exceeded the allowable preference.

 

FISCAL IMPACT

 

This project has no impact to the General Fund and is located in Council District 2.  This project is identified in the five-year Capital Improvement Plan.  Funds in the amount of $250,000 for the construction project are budgeted in the 2016 Sewer Enterprise Fund No. 40501.  The fiscal impact of this contract will be $213,090.95.

 

Attachments:

Bid Evaluation & Fiscal Impact Statement

Vicinity Map

Contract