Legislation Details

File #: 26-149    Version: 1 Name:
Type: Consent Status: Agenda Ready
File created: 3/16/2026 In control: CITY COUNCIL
On agenda: 4/21/2026 Final action:
Title: Adopt a resolution approving an Agreement for Services with Carollo Engineers, Incorporated for an amount up to $1,598,028.30 to provide construction management and inspection services for the Wastewater Quality Control Facility Sludge Thickener Project (CIP No. 24007) & Dewatering Unit No. 3 Project (CIP No. 24006); and authorizing the City Manager or designee to take all appropriate actions necessary to carry out the purpose and intent of the resolution.
Attachments: 1. Attachment 1 - Resolution, 2. Attachment 2 - Location Map, 3. Attachment 3 - CMIS Agreement for Services
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

City Council Agenda

Memo to:

Manteca City Council

 

 

From:

Michael Selling, Assistant Director of Engineering/City Engineer

 

 

Prepared by:

Kyzen Nicolas, Associate Engineer; Somporn Boonsalat, Deputy Director of Engineering

 

 

Date:

April 21, 2026

 

 

Subject:

Wastewater Quality Control Facility Sludge Thickener Project (CIP No. 24007) & Dewatering Unit No. 3 Project (CIP No. 24006) - Approval of Services Agreement for Construction Management and Inspection

 

Recommendation:

title    

Adopt a resolution approving an Agreement for Services with Carollo Engineers, Incorporated for an amount up to $1,598,028.30 to provide construction management and inspection services for the Wastewater Quality Control Facility Sludge Thickener Project (CIP No. 24007) & Dewatering Unit No. 3 Project (CIP No. 24006); and authorizing the City Manager or designee to take all appropriate actions necessary to carry out the purpose and intent of the resolution.

 

body

Background:

On April 15, 2025, the City of Manteca (City) awarded the construction contract C2025-66 to C. Overaa & Company (Overaa) for the Wastewater Quality Control Facility (WQCF) Sludge Thickener Project (CIP No. 24007) and Dewatering Unit No. 3 Project (CIP No. 24006) (collectively “Project”) in the amount of $22,865,000.

 

On May 8, 2025, the City received proposals for Construction Management and Inspection Services (CMIS) from the following firms:

                     3D Built

                     Brown & Caldwell

                     Carollo Engineers

                     Hazen & Sawyer

                     West Yost

 

City staff convened a review committee for the CMIS proposals and ranked West Yost first, followed closely by Carollo Engineers in second place as both being responsible, responsive, qualified firms, who meet the specific goals of the Project.

 

On July 30, 2025, the City awarded Agreement C2025-147 to West Yost in an amount up to $2,187,512 to provide CMIS for the Project. However, through mutual agreement, the City subsequently terminated the CMIS contract with West Yost on March 16, 2026.

 

City staff recently completed negotiations with Carollo Engineers for an initial amount not-to-exceed $911,548.30 to take over providing CMIS for the Project.  The contract also authorizes the City to increase compensation by an additional $686,480.00 with written authorization, for a potential contract total of $1,598,028.30.

 

Fiscal Impact:

 

The proposed agreement for services with Carollo Engineers, Incorporated has an initial contract amount of $911,548.30 to provide construction management and inspection services for the Wastewater Quality Control Facility Sludge Thickener Project (CIP No. 24007) & Dewatering Unit No. 3 Project (CIP No. 24006).  The agreement includes the City's ability to increase compensation by an additional $686,480.00 with written authorization, for a potential contract total of $1,598,028.30.  There is sufficient funding in the FY26 Capital Improvement Program projects CIPs 24007 and 24006 in the Sewer Improvement Fund (Fund 650) for the proposed agreement.

 

Documents Attached:

1.                     Attachment 1 - Resolution

2.                     Attachment 2 - Location Map

3.                     Attachment 3 - CMIS Agreement