REPORT TO THE CITY COUNCIL
FROM: NICHOLAS D. MASCIA, PE, Assistant City Manager
Interim 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
CHARLES MASTERS, Engineer II
Capital Projects Department, Utilities and On-Site Project Management Division
SUBJECT
Title
Actions pertaining to the Access Road Improvements at Regional Wastewater Reclamation Facility Project (Bid File 12501562) (Council District 3):
1. Adopt a finding of Categorical Exemption per staff’s determination pursuant to Section 15301/Class 1 (Existing Facilities) of the California Environmental Quality Act (CEQA) Guidelines, Environmental Assessment No. TC00180-GN005, for the Access Road Improvements at the Regional Wastewater Reclamation Facility Project;
2. Award a construction contract in the amount of $433,478.00 to Walsh Montgomery Construction, Inc., of Clovis, California, as the lowest responsive and responsible bidder for the Access Road Improvements at the Regional Wastewater Reclamation Facility Project.
Body
RECOMMENDATIONS
Staff recommends City Council (1) adopt a finding of Categorical Exemption per staff’s determination pursuant to Section 15301/Class 1 (Existing Facilities) of the California Environmental Quality Act (CEQA) Guidelines, Environmental Assessment No. TC00180-GN005, (2) award a construction contract in the amount of $433,478.00 to Walsh Montgomery Construction, Inc., as the lowest responsive and responsible bidder for the Access Road Improvements at Regional Wastewater Reclamation Facility (RWRF) Project (Project), and authorize the Capital Projects Director or designee to sign and execute all documents on behalf of the City of Fresno (City).
EXECUTIVE SUMMARY
The Capital Projects Department (CPD) seeks to award a paving construction contract to Walsh Montgomery Construction, Inc., of Clovis, California, following a competitive bidding process which identified them as the lowest responsive and responsible bidder in the amount of $433,478.00. The Project will enhance worker safety and productivity by widening existing paving in some locations and providing paving to existing dirt roads in other locations at the RWRF. The scope of work includes roadway preparation, installation of aggregate base, installation of paving, installation of concrete curb and valley gutter, installation of a new catch basin and the relocation of 2 light poles. Funding for this Project is included in the Fiscal Year 2025 Capital Improvement Budget within the Wastewater Enterprise Fund.
BACKGROUND
In 2021 the Department of Public Utilities (DPU) identified the need for improvements to the access roads within the RWRF. Some roads are too narrow for the heavy equipment which must use them, in other areas there are unpaved dirt roads. Projects occurring in the same locations delayed active development to pursue these improvements. In 2024, the prior projects were completed and the need for a fire access road to a new solar facility was also identified and added to the Project scope.
CPD worked alongside DPU to develop construction documents over the course of Fiscal Year 2025 to expand access roads throughout the RWRF to provide more efficient working conditions and greater safety for RWRF employees and equipment.
A Notice Inviting Bids was advertised and published on the City’s website and Planet Bids on March 25, 2025. The Project plans and specifications were distributed to 22 prospective bidders and posted at eight (8) Building Exchanges. Five (5) sealed bid proposals were received and publicly opened on April 22, 2025, with bid amounts ranging from $433,478.00 to $584,850.00. Walsh Montgomery Construction, Inc., was deemed the lowest responsive and responsible bidder in the amount of $433,478.00. The bids are set to expire on June 25, 2025. If the bids are rejected or expire, the Project must be rebid which will result in a delay to the Project.
The Community Workforce Agreement (PLA), adopted by Council in September 2021, does not apply to this contract because the engineer’s estimate for this Project was less than $1 million, pursuant to the terms of the PLA.
To enhance worker safety and productivity, Staff recommends City Council adopt a finding of Categorical Exemption per staff’s determination pursuant to Section 15301/Class 1 (Existing Facilities) of the CEQA Guidelines, Environmental Assessment No. TC00180-GN005, and approve a construction contract in the amount of $433,478.00 to Walsh Montgomery Construction, Inc., as the lowest responsive and responsible bidder for the Project. Staff further recommends authorization of the Capital Projects Director or designee to sign and execute all related documents on behalf of the City. The Project will improve worker safety and efficiency at the RWRF. The construction contract will be funded utilizing appropriations adopted in the Fiscal Year 2025 Capital Improvement Budget within the Wastewater Enterprise Fund.
The City Attorney’s Office has reviewed and approved the contract documents as to form.
ENVIRONMENTAL FINDINGS
Staff has reviewed the scope and nature of this Project and determined that it is categorically exempt from the requirements of CEQA pursuant to Sections 15301/Class 1 (Existing Facilities) of the CEQA Guidelines. These exemptions apply because the improvements to the Project do not expand any existing facilities. Access roads will be slightly expanded to enhance worker safety and will have substantially the same purpose and capacity as existing access roads and will involve negligible expansion of existing use.
LOCAL PREFERENCE
Walsh Montgomery Construction, Inc., is a local business, as defined by the Fresno Municipal Code.
FISCAL IMPACT
The Access Road Improvements at Regional Wastewater Reclamation Facility Project is located in Council District 3 and will have no impact on the General Fund. Funding for this Project is included in the Fiscal Year 2025 Capital Improvement Budget within the Wastewater Fund.
Attachments:
Environmental Assessment
Bid Evaluation
Fiscal Impact Statement
Standardized Construction Contract
Vicinity Map
Location Map