|
|
STRATEGIC OUTCOMES |
ACTION |
|
Department: |
☒ Safe & Prosperous |
☒ Motion |
|
Finance |
☐ Active & Appealing |
☐ Resolution |
|
|
☐ Respected & Responsible |
☐ Ordinance - Introduction |
|
Division: |
☐ Connected & Engaged |
☐ Ordinance - Adoption |
|
Procurement |
☐ Unique & Creative |
☐ Public Hearing |
TITLE:
title
Contract Increase: Construction Management Services for Desert Dunes Water Reclamation Facility Capacity Increase
end
SUMMARY RECOMMENDATION:
Summary Recommendation
Authorize the City Administrator to execute Change Order No.1 to the construction management services contract for the Desert Dunes Water Reclamation Facility Capacity Increase Project in the amount of $1,727,603.20 for a total cost not to exceed $4,346,471.20 to Consultant Engineering Inc. (CEI) of Phoenix, Arizona. (Engineering-RFQ-22-201) (Dave Wostenberg/Robin R. Wilson)
end
STRATEGIC OUTCOME:
This item supports the City Council’s vision and strategic outcome of Safe and Prosperous. The Construction Management/Administration Services for the Desert Dunes Water Reclamation Facility Capacity Project will continue ensuring the achievements of key items for the construction of the project such as quality, budget and timely completion.
REPORT:
On May 17, 2023, City Council approved the contract with Consultant Engineering Inc. (CEI) for construction management services in the amount of $2,618,866.00. The contract included an estimated duration of 35 months from the initiation of their work in March 2023, in advance of contract execution, which included 5 months of preconstruction time and 18 months of construction time according to on-going discussions with the City’s contractor, PCL Construction, Inc. Also included was a 12-month closeout and single warranty phase.
The final Guaranteed Maximum Price and construction contract with PCL was approved by City Council on December 6, 2023 with a planned construction schedule of 39 months, including 12 months for review and approval of submittals, requests for information (RFI’s), and equipment purchases, plus 27 months for construction, in addition to the original planned five months of preconstruction phase, which had extended to nine months.
Due to the contractor’s final schedule and delivery approach modifications, the contract with CEI needs to be modified to cover the extended construction duration in the contract with the construction contractor, PCL.
FISCAL REQUIREMENTS:
|
CITY FUNDS: |
$1,727,603.20 |
BUDGETED: |
$ 86,000,000.00 |
|
STATE FUNDS: |
$ 0.00 |
AVAILABLE TO TRANSFER: |
$ 0.00 |
|
FEDERAL FUNDS: |
$ 0.00 |
IN CONTINGENCY: |
$ 0.00 |
|
OTHER SOURCES: |
$ 0.00 |
FUNDING ACCOUNT/FUND #/CIP: |
|
TOTAL |
$1,727,603.20 |
Water Capacity Fund |
FISCAL IMPACT STATEMENT:
Sufficient budget capacity is provided in the City Council FY 2026 Budget and Capital Improvement Plan to award this change order.
ADDITIONAL INFORMATION:
SUPPORTING DOCUMENTS NOT ATTACHED TO THE CITY COUNCIL ACTION FORM THAT ARE ON FILE IN THE OFFICE OF THE CITY CLERK:
NONE
IF CITY COUNCIL ACTION INCLUDES A CONTRACT, LEASE OR AGREEMENT, WHO WILL BE RESPONSIBLE FOR ROUTING THE DOCUMENT FOR SIGNATURE AFTER CITY COUNCIL APPROVAL?
☒ Department
☐ City Clerk’s Office
☐ Document to be recorded
☐ Document to be codified
|
Acting City Administrator: |
Date: |
|
Jennifer Reichelt for John D. Simonton |
10/27/2025 |
|
Reviewed by City Attorney: |
Date: |
|
Richard W. Files |
10/26/2025 |