Fresno Logo
File #: ID16-1433    Version: 1 Name:
Type: Action Item Status: Passed
File created: 11/28/2016 In control: City Council
On agenda: 12/15/2016 Final action: 12/15/2016
Title: Award of a construction contract for a Concrete Turnout, Headwall, Distribution Structure at 540 N Brawley (Bid File 3493) in the amount of $740,915 to Floyd Johnston Construction of Clovis, California. (Council District 3)
Sponsors: Department of Public Utilities
Attachments: 1. 2016-12-15 540 N Brawley Bid Eval.pdf, 2. 2016-12-15 Nielsen Basin Construction Contract with Floyd Johnston.pdf, 3. 2016-06-16 Nielsen Basin Construction Agenda Item Vicinity Map.pdf

REPORT TO THE CITY COUNCIL

 

 

December 15, 2016

 

 

FROM:                     THOMAS C. ESQUEDA, Director

Department of Public Utilities

 

THROUGH:                     BRIAN S. SPINDOR, PE, Assistant Director

Department of Public Utilities - Wastewater Management Division

 

KEVIN L. NORGAARD, PE, Supervising Professional Engineer

Department of Public Utilities - Wastewater Management Division

 

BY:              ORLANDO M. GONZALEZ, PE, Professional Engineer

Department of Public Utilities - Wastewater Management Division

 

SUBJECT

Title

 

Award of a construction contract for a Concrete Turnout, Headwall, Distribution Structure at 540 N Brawley (Bid File 3493)   in the amount of  $740,915 to Floyd Johnston Construction of Clovis, California. (Council District 3)

 

Body

RECOMMENDATION

 

Staff recommends that City Council award a construction contract in the amount of $740,915 for the construction of a Concrete Turnout, Headwall, Distribution Structure at 540 N. Brawley Avenue to Floyd Johnston Construction of Clovis, California.

 

EXECUTIVE SUMMARY

 

At present, 88 percent of the City’s potable water supply comes from the utilization of groundwater. The heavy reliance on this water source has resulted in long-term overdraft which requires appropriate corrective action.  This project will construct the necessary facilities to allow for the use of the Houghton Canal for water recharge at 540 N. Brawley Avenue.

 

BACKGROUND

 

Through contractual agreements the City utilizes surface water from the Kings and San Joaquin Rivers. These surface water sources are used for groundwater recharge and production of potable water at the City’s Northeast Surface Water Treatment Facility. Groundwater recharge is necessary to replace a portion of the 120,000 acre feet of groundwater annually delivered to our customers. Historically, even with the cooperative utilization of Fresno Metropolitan Flood Control District (FMFCD) basins for groundwater recharge, “usage versus replacement” imbalances continue to grow, resulting in escalating cumulative groundwater deficits due to limited recharge facilities.

 

Expansion of the City’s groundwater recharge program maintains several benefits to the City and its customers. Additionally, low-maintenance intentional groundwater recharge basins are the most economical method for replenishment of our aquifer. 

 

The subject recharge site has already had a bulk of the necessary earth work completed by City wastewater forces.  The embankments have been built and the bottoms of the ponds excavated. The remaining work included in the award of this contract consists of the canal headwalls, distribution structures at each pond, site electrical and telemetry work. The electrical equipment will allow for remote monitoring for enhanced operation.

 

Historic use and multi-year droughts have resulted in a state of groundwater overdraft within the region. The City of Fresno’s (City’s) Urban Water Management Plan (UWMP) and the Metropolitan Water Resources Management Plan (MWRMP) require re-establishment of groundwater levels to a balanced and sustainable condition by the year 2025. To help mitigate the present imbalance, the Water Division needs to expand its groundwater recharge program by increasing the number of groundwater recharge sites.

 

On March 17, 2011, Council adopted the findings of the project Mitigated Negative Declaration (SCH No. 2011021037), and approved acquisition of the project property (approximately 35 acres), near the intersection of Brawley and Nielsen Avenues (see attached Vicinity Map). 

 

Plans and specifications were prepared for the project. A Notice Inviting Bids was published on October 7, 2016 and posted on the City’s website. The specifications were distributed to Nine (9) prospective bidders, and posted at nine (9) Builder Exchanges. Three sealed bid proposals were received and publicly opened on November 8, 2016.  The bid proposals ranged from $740,915 to $964,375. The Bid will expire within 64 days of bid opening on January 11, 2017.

 

Floyd Johnston Construction of Clovis, California was the lowest responsive and responsible bidder with a submitted bid of $740,915. Staff determination was posted on the City Website on Wednesday November 18, 2016. Staff recommends that the City Council award a contract in the amount of $740,915 to Floyd Johnston Construction, as the lowest responsive and responsible bidder. Their bid price is 23 percent below the original Engineer’s Estimate of $960,577. Upon approval by the City Council, the agreement will be executed by the Director of Public Utilities or designee, who has been delegated this authority by the City Manager.

 

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

 

ENVIRONMENTAL FINDING

 

A Mitigated Negative Declaration (MND) was adopted by the Council on March 17, 2011 for this Project. An analysis has been performed pursuant to CEQA Guidelines §15162 to determine whether subsequent environmental review is required for the Project. Based on 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 of the previous MND due to the involvement of new significant environmental effects, or a substantial increase in the severity of previously identified significant effects.

 

2.                     No substantial changes occur with respect to the circumstances under which the Project is undertaken which will require major revisions of the previous MND due to the involvement of new significant environmental effects, or a substantial increase in the severity of previously identified significant effects.

 

3.                     There is no new information which was not known or could not have been known at the time of the previous MND that the Project will have significant effects not discussed in the MND.

Furthermore, since a MND was previously adopted for this Project, the considerations set forth in CEQA Guidelines §15162(a)(3)(C) and (D), related to the adequacy and feasibility of previously adopted mitigation measures, are not applicable. Based upon these findings, it has been determined that no further environmental documentation is required for this Project.

 

LOCAL PREFERENCE

 

Local preference was not implemented because the lowest responsive and responsible bidder is a local business.

 

FISCAL IMPACT

 

This project has no impact to the General Fund and is located in Council District 3.  The funds do exist for this project in the Sewer Enterprise Fund 40501. The annual operations and maintenance for this asset will be funded from existing Fund 40501 Org 414501 Wastewater Operation Appropriation. Total fiscal impact for FY17 for this project will be $800,915. The Wastewater Management Division is constructing this basin to eventually utilize it for the recycled water disposal/recharge after the necessary permitting and construction has been completed.

 

 

Attachments:

Bid Evaluation and Fiscal Impact Statement

Contract

Vicinity Map