Title
Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Contract with Lockwood, Andrews & Newnam, Inc. for Professional Engineering Design Services for the Sanitary Sewer Main CIPP Lining (FY25) Project and Authorizing Any Necessary Supplemental Agreements
Summary
COUNCIL GOAL: Operational Excellence
(2.1: Balance available resources to accommodate the growth and maintenance needs of the city)
MEETING DATE: April 7, 2026
DEPARTMENT: Development Services / Engineering
CONTACT: Blake Sills, PE, Engineering CIP Manager
Josh McNeil, PE, CIP Engineer II
RECOMMENDED CITY COUNCIL ACTION:
• Approval of Resolution.
ITEM SUMMARY:
• This Resolution authorizes the City Manager to execute a contract in the amount of $404,370.00, as well as all required supplemental agreements thereto, with Lockwood, Andrews & Newnam, Inc. for professional consulting engineering services for the Sanitary Sewer Main CIPP Lining (FY25) Project (WW2540) for a total aggregate contract amount, inclusive of any supplemental agreements, not to exceed $450,000.00.
BACKGROUND INFORMATION:
• The FY26-30 Capital Improvement Program (CIP) includes funding for Sanitary Sewer Main CIPP Lining.
• Recent inspections have identified approximately 2,600 linear feet of sanitary sewer main along Gray Branch Creek, east of Ridge Road, to be rehabilitated. Additionally, creek bank erosion has been identified at two locations adjacent to the sanitary sewer line.
• The project scope of work includes rehabilitation of the existing sanitary sewer main utilizing cured-in-place pipe (CIPP) lining, and bank stabilization along the creek adjacent to the sanitary sewer main.
• Lockwood, Andrews & Newnam, Inc. submitted a response to 24-47RFQ for Utility Professionals Services and was one of sixteen (16) firms shortlisted by City Council on September 17, 2024.
• Lockwood, Andrews & Newnam, Inc. submitted a proposal for this project in the amount of $404,370.00 which has been reviewed by staff and is recommended for approval. Their scope includes the following elements:
o Basic Services (Design and Bid Phase Services)
o Special Services (Construction Administration, Surveying for Design, ROW/ Easement Documents, Geotechnical Investigation, Environmental Investigation, and Hydraulic Analyses)
• The preliminary opinion of probable construction cost (OPCC) is $2,282,158.
• The fee for basic services is $223,998.00 (9.82% of the OPCC) and the fee for special services is $180,372.00 (7.9% of the OPCC).
• Design of this project is anticipated to take approximately 6 months to complete. Construction is anticipated to begin in late 2026.
FINANCIAL SUMMARY:
• The Resolution authorizes a design contract and any necessary supplemental agreements with Lockwood, Andrews, Newnam, Inc. for an amount not to exceed $450,000.00.
• Funds are available in the Capital Improvements Program Project WW2540.
• With approval of this item, $4,034,902 will remain in WW2540.
BOARD OR COMMISSION RECOMMENDATION:
• N/A