|
|
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 Award: Professional Engineering Design Services-Pavement Replacement
end
SUMMARY RECOMMENDATION:
Summary Recommendation
Authorize an engineering design services contract for Pavement Replacement on 40th Street from Arizona Avenue to Avenue A utilizing the Professional Engineering Services On-Call contract at an expenditure of $168,275.00 to Nicklaus Engineering Inc., Yuma, Arizona. (Engineering-RFQ-26-110) (David Wostenberg/Robin R. Wilson)
end
STRATEGIC OUTCOME:
This project supports the City Council’s strategic outcome of Safe and Prosperous by designing the necessary road improvements along 40th Street from Arizona Avenue to Avenue A. This project will improve and extend the life of the City’s road system infrastructure, safety and traffic operations.
REPORT:
On February 18, 2026, City Council awarded the Request for Qualification (RFQ) on a Delivery Order basis to eight professional engineers for services to provide various civil engineering services, planning, design and construction support.
This project’s focus is to deliver a design to widen 40th Street to a three-lane section throughout the project corridor, including bike lanes in both directions from 4th Avenue to Arizona Avenue, and a 10-foot-wide multi-use pathway along the north side between Avenue A and 4th Avenue. The pathway will connect to the existing 4th Avenue pathway. It will also include design plans for a Pedestrian Hybrid Beacon (HAWK) crossing in accordance with Manual on Uniform Traffic Control Devices requirements, including signal heads, pedestrian indications, accessible pedestrian signals, signing, striping, and coordination with existing traffic control devices.
Design services are projected to start by April 2026 and be completed by October 2026.
FISCAL REQUIREMENTS:
|
CITY FUNDS: |
$168,275.00 |
BUDGETED: |
$ 100,000.00 |
|
STATE FUNDS: |
$ 0.00 |
AVAILABLE TO TRANSFER: |
$ 68,275.00 |
|
FEDERAL FUNDS: |
$ 0.00 |
IN CONTINGENCY: |
$ 0.00 |
|
OTHER SOURCES: |
$ 0.00 |
FUNDING ACCOUNT/FUND #/CIP: |
|
TOTAL |
$168,275.00 |
City Road Tax Fund |
FISCAL IMPACT STATEMENT:
Sufficient budget capacity is provided in the FY 2026 City Council approved budget to enter this contract. When actual costs differ from the original budget estimates within the City Road Tax Fund projects, available budget capacity from within the City Road Tax Fund is available to be reallocated. This ensures that there will be no impact on the Capital Improvement Plan or ongoing operations.
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: |
|
John D. Simonton |
04/05/2026 |
|
Reviewed by City Attorney: |
Date: |
|
Richard W. Files |
04/03/2026 |