City of Sacramento header
File #: 2019-01345    Version: 1 Name:
Type: Consent Item Status: Agenda Ready
File created: 9/4/2019 In control: City Council - 2PM
On agenda: 10/15/2019 Final action:
Title: Agreement and Contract: Sacramento Water Treatment Plants Rehabilitation Project Phase 2 Improvements [Published for 10-Day Review 10/03/0219]
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title:

Title

Agreement and Contract:  Sacramento Water Treatment Plants Rehabilitation Project Phase 2 Improvements [Published for 10-Day Review 10/03/0219]

End

 

FileID

File ID:  2019-01345

 

Location

Location: Districts 3 and 6

 

Recommendation:

Recommendation

Adopt a Resolution: 1) approving the contract plans and specifications for the Sacramento Water Treatment Plants Rehabilitation Project Phase 2 Improvements; 2) awarding the contract to TNT Industrial Contractors, Inc., for an amount not-to-exceed $1,301,738; 3) authorizing the City Manager or the City Manager’s designee to execute a Professional Services Agreement with Brown & Caldwell to provide inspection services for the Sacramento Water Treatment Plants Rehabilitation Project Phase 2 Improvements, for an amount not-to-exceed $139,274, and 4) approving related budget transfers.

 

Contact: Megan Thomas, Project Manager (916) 808-1729; Michelle Carrey, Supervising Engineer (916) 808-1438; Dan Sherry, Engineering & Water Resources Division Manager, (916) 808-1419; Department of Utilities

 

Body

Presenter: None

 

Attachments:

1-Description/Analysis

2-Construction Contract

3-Professional Services Agreement

4-Resolution

 

 

Description/Analysis

 

Issue Detail: Staff recommends Council award a construction contract to TNT Industrial Contractors, Inc., to construct improvements at the Sacramento River Water Treatment Plant and the E.A. Fairbairn Water Treatment Plant that will address Operations and Maintenance issues.

 

Staff also recommends awarding a professional services agreement to Brown & Caldwell to perform inspection services for the construction of these improvements.

 

Policy Considerations:  City Council approval is required to award construction contracts of $100,000 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.  The installation and construction of the various improvements listed is consistent with the criteria set forth in the Department of Utilities’ Capital Improvement Programming Guide to complete items pulled from the Water Treatment Plants Rehabilitation Project; and other miscellaneous items.

 

The Sacramento City Code Section 4.04.020 and Council Rules of Procedure (Chapter 7, Section  E.2.d) mandate that unless waived by a 2/3 vote of the City Council, all labor agreements and all agreements greater than $1,000,000 shall be made available to the public at least ten (10) days prior to council action.  This item was published for 10-day review on October 3, 2019.

 

Economic Impacts:  This project is expected to create 5.2 total jobs (2.99 direct jobs and 2.21 jobs through indirect and induced activities) and create $803,738.60 in total economic output ($506,602.58 of direct output and another $297,136.02 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 subject projects were reviewed and determined to be categorically exempt from the California Environmental Quality Act (CEQA).  The projects consist of the operation, repair, and maintenance of existing utility systems involving negligible expansion of capacity (CEQA Guidelines Section 15301(b)).

 

Sustainability:  The proposed project is consistent with the 2035 General Plan as it improves infrastructure reliability at the two city water treatment plants, which will enhance their ability to produce high quality potable water efficiently and cost-effectively.

 

Commission/Committee Action:  Not applicable.

 

Rationale for Recommendation:  The project was advertised, and two bids were received and opened on August 28, 2019. TNT Industrial Contractors, Inc. was the lowest responsible bidder. The bid results are as follows:

 

Contractor

Amount (Base Bid)

Amount (Base Bid w/ Additive Item #1)

TNT Industrial Contractors, Inc

$1,061,926

$1,301,738

MDS Engineering & Construction, Inc.

$1,141,017

$1,443,288

 

The Engineer’s construction cost estimate was $720,000 for the base bid and $900,000 with the additive item.  The difference in the price is believed to be due to the time of year when groundwater and weather impacts are unknown, tight time restrictions in the contract, as well as specialty work requiring specialized subcontractors.  Very few contractors have the specialized experience needed to complete such work.  For example, Weko seal placement requires supplier contractors who do these improvements regularly, understanding the conditions and the installation techniques necessary to maintain the warranty of the installation.  Based on the bids received for the Base Bid and Additive Item #1, the City will proceed with the work associated with the Base Bid and Additive Item #1.

 

For the inspection services, on June 1, 2018, a Request for Qualifications (RFQ)(Q18141311005) was advertised and issued on PlanetBids for On-Call Consultant Engineering Services. The Department of Utilities (DOU) sought to pre-qualify professional engineering firms for various on-call engineering service assignments related to the upkeep and betterment of the City’s water, wastewater, and storm drain infrastructure.

 

Based on potential DOU workload, and consultant qualifications and credentials, a panel of three City staff members evaluated the proposals and chose the nine highest-ranked firms as pre-qualified for the Civil Engineering list. Alphabetically, the nine pre-qualified firms are Brown & Caldwell, Carollo, Domenichelli & Associates, HDR, HydroScience, MRPE, West Yost, Wood Rodgers, and Woodard & Curran. DOU intends to use the pre-qualified list for approximately two years (through June 2020), as indicated in the RFQ.

 

In order to select a consultant for the inspection services, staff reviewed the qualifications of the nine pre-qualified firms.  Based on consultant knowledge, expertise, and experience with drinking water treatment plant construction, Brown & Caldwell was selected to provide the requested services.

 

Financial Considerations:  The total estimated cost for the project is $1,600,000, based on TNT’s Base Bid and Additive Item #1 and includes inspection, construction and project management costs.  Staff recommends transferring $303,000 from the Base CIP Contingency-Water (Z14000700, Fund 6005) and $100,000 from FWTP Rehab (Z14130200, 6005) to the Treatment Plant Rehab Design (Z14006000, Fund 6005).  Sufficient funding will be available after the transfers has been made.

 

There are no General Funds allocated or planned for this project.

 

Local Business Enterprise (LBE):  TNT Industrial Contractors, Inc. is an LBE.

 

Brown & Caldwell is not an LBE, but has partnered with an LBE, Cecil & Cecil Enterprises, Inc., for this contract to exceed the minimum 5% LBE participation requirement.  Cecil & Cecil Enterprises, Inc. will provide drafting services. 

 

Background:  DOU has two drinking water treatment plants: Sacramento River Water Treatment Plant (SRWTP) and E. A. Fairbairn Water Treatment Plant (EAFWTP).  The SRWTP and EAFWTP were constructed in 1923 and 1964, respectively.  Plant expansions at both facilities were completed in 2005; however, much of the existing infrastructure was not rehabilitated or replaced as part of the 2005 project.  Construction of the Water Treatment Plants Rehabilitation project, performed by C. Overaa & Co., began in 2013 and was completed in December 2016.

 

Once complete, plant operators and supervisors identified outstanding issues not accomplished as part of the Water Treatment Plants Rehabilitation Project.  Staff requested items removed from the project scope, such as the purchase and installation of a dewatering building utility water booster pump at the EAFWTP, be included in another construction project. Also, items where the need did not become evident until after the plants’ staff began operating the facility, such as the need for horns and strobes on the conveyor at the SRWTP, are included in the project as well. Items removed from Overaa’s contract as part of a global settlement with the understanding these items would be completed by DOU staff where possible or added to a miscellaneous project are also included in the scope of this Project. 

 

The miscellaneous improvements, constructed in Fiscal Year 2018/19, left out several improvements due to the site conditions required to complete the work, i.e. reduced groundwater levels caused by high river levels, and plant operations shutdown periods that allowed for limited access to construction areas. 

 

This project includes the work left out from the Miscellaneous Plants Improvements Project (C2018-0498), completing the remaining work from the 2013 project.  These improvements include:

 

                     SRWTP -

o                     Installation of the 84" WEKO Seals within the pipelines to the High Lift Service Station

o                     Installation of a dewatering sump pump and isolation wall to protect water within Reservoir 1

o                     Installation of an isolation wall to protect water within Reservoirs 2 & 3

o                     Installation of a drainage path for an existing area unable to drain

o                     Installation of a vent on the filter backwash access hatch

o                     Replacement of the existing failed staircase adjacent to the Operator Control Room

o                     Installation of a vault and meter on the existing water supply line that serves the plant water uses

 

                     EAFWTP -

o                     Installation of a vault and meter on the existing sewer discharge line to meet the requirements of the sewer permit for the facility