Title:
Title
Contract: Grove/Eleanor Ave Sewer Upsizing Project
End
FileID
File ID: 2020-00910
Location
Location: District 2
End
Recommendation:
Recommendation
Pass a Motion: 1) approving the contract plans and specifications for the Grove/Eleanor Ave Sewer Upsizing Project (X14160500); 2) awarding the contract to CSI Engineering for an amount not-to-exceed $986,176; and 3) authorizing the City Manager or the City Manager's designee to execute the construction contract with CSI Engineering.
FileName
Contact: James Yorita, Project Manager (916) 808-1911; Luz “Nina” Buelna, Supervising Engineer (916) 808-4937; Tony Bertrand, Engineering & Water Resources Division Manager, (916) 808-1461; Department of Utilities
Body
Presenter: None
Attachments:
1-Description/Analysis
2-Contract
Description/Analysis
Issue Detail: Staff recommends Council award a construction contract to CSI Engineering, to replace 680 linear feet (LF) of 10-inch vitrified clay pipe (VCP) separated sewer main with 15-inch poly vinyl chloride (PVC) pipe on Grove Ave from Lampasas Ave to Eleanor Ave and replace of 2,008 LF of 8-inch VCP separated sewer main with 12-inch PVC pipe on Eleanor Ave from Grove Ave to Fairfield St.
The existing project pipe was installed in sewer basin 85 circa 1954. In 2010, West Yost Associates completed a review and assessment of basin 85 and finalized the Basin 85 Sewer Master Plan (B85 SMP). Modeling results showed excessive surcharging during existing and future buildout scenarios in the proposed project replacement mains. Future buildout is based on the 2007 General Plan Update. Two downstream projects were completed in 2016 (Contract# 2015-2190 & 2016-0276) to increase the capacity of the main in accordance with the recommendations of the B85 SMP. The proposed project will complete needed capacity improvements on Grove Avenue from Lampasas Avenue to Eleanor Avenue, and on Eleanor Avenue from Grove Avenue to Fairfield Street that were identified in the Basin 85 Sewer Master Plan.
Policy Considerations: City Council approval is required to award construction contracts of $250,000 or more. The action requested conforms with City Code Chapter 3.60, Articles I and III, which provide for award of competitively bid contacts to the lowest responsible bidder. Replacing undersized sewer mains is consistent with the criteria set forth in the Department of Utilities’ Capital Improvement Programming Guide to replace and expand critical infrastructure to ensure reliability and safety of the City’s sewer system.
Economic Impacts: This project is expected to create 3.94 total jobs (2.26 direct jobs and 1.68 jobs through indirect and induced activities) and create $608,900 in total economic output ($383,794 of direct output and another $225,106 of output through indirect and induced activities).
The indicated economic impacts are estimates calculated using a calculation tool developed by the Center for Strategic Economic Research (CSER). CSER utilized the IMPLAN input-output model (2009 coefficients) to quantify the economic impacts of a hypothetical $1 million of spending in various construction categories within the City of Sacramento in an average one-year period. Actual impacts could differ significantly from the estimates and neither the City of Sacramento nor CSER shall be held responsible for consequences resulting from such differences.
Environmental Considerations: The current project has been determined to be exempt from the requirements of the California Environmental Quality Act (CEQA), under CEQA Guidelines Section 15302, which consists of replacement of existing sewer pipes by upsizing where the new structures will be located on the same site as the system replaced will have the same purpose with negligible expansion, consistent with the identification in the master plan of the system replaced (15302).
Sustainability: The proposed project is consistent with U 3.1.1 of the 2035 General Plan <https://www.cityofsacramento.org/Community-Development/Resources/Online-Library/2035--General-Plan> as it improves infrastructure reliability and conveyance by increasing the size of undersized sewer mains.
Commission/Committee Action: Not applicable.
Rationale for Recommendation: The project was advertised, and five bids were received and opened on July 15, 2020. CSI Engineering was the lowest responsible bidder.
The bid results are as follows:
|
Contractor |
Amount |
|
CSI Engineering |
$986,176 |
|
Florez Paving |
$1,155,974 |
|
Subterra Construction, Inc. |
$1,490,884 |
|
Mountain Cascade, Inc. |
$1,562,596 |
|
Lund Construction, Co. |
$1,671,088 |
The Engineer’s construction cost estimate was $902,004.
Financial Considerations: Sufficient funds exist in the Separated Pipe Rehab/ Repl Pro (X14160500, Fund 6321) to award a contract to CSI Engineering for an amount not-to-exceed $986,176.
There are no General Funds allocated or planned for this project.
Local Business Enterprise (LBE): CSI Engineering is an LBE.