Exhibit 1 - Agenda Information SheetCity of Denton
_____________________________________________________________________________________
AGENDA INFORMATION SHEET
DEPARTMENT: Procurement
CFO: Cassey Ogden
DATE: November 1, 2022
SUBJECT
Consider adoption of an ordinance of the City of Denton, a Texas home-rule municipal corporation,
authorizing the City Manager to execute a Professional Services Agreement with Kimley-Horn and
Associates, Inc., for the design services of Neighborhoods 2 and 6 for the Capital Projects/Engineering
Department as set forth in the contract; providing for the expenditure of funds therefor; and providing an
effective date (RFQ 7599-010 – Professional Services Agreement for design services awarded to Kimley-
Horn and Associates, Inc., in the not-to-exceed amount of $5,726,000.00). The Public Utilities Board
recommends approval (6 - 0).
INFORMATION/BACKGROUND
Neighborhoods 2 and 6 contain 118 street segments associated with the 2019 Street Reconstruction Bond
Program in the University of North Texas area and surrounding residential neighborhoods. The scope of
the project includes 56,600 linear feet of roadway reconstruction, 30,700 linear feet of water main
replacement, 28,400 linear feet of wastewater main replacement, sidewalk enhancements, and various
lighting improvements. Capital Projects is focusing on a holistic neighborhood approach to minimize
construction impacts and enhance coordination during the delivery of the 2019 Bond Program. This project
is being delivered as the second Construction Manager at Risk (CM@R) project in the City of Denton (City)
for horizontal construction. This delivery method leans heavily on collaboration among the City, the design
engineer, and the CM@R during the design process to allow for the best schedule coordination, cost
modeling, and community engagement.
Statements of qualifications were sent to the City’s prequalified list of engineers requesting experience
designing projects using alternative delivery methods, specifically CM@R. Upon ranking the received
information, staff found Kimley-Horn and Associates, Inc. to have the most relevant CM@R experience,
have current CM@R work in progress in Texas (including the City of Denton), and have available staff to
complete the project within the schedule. Kimley-Horn and Associates, Inc. has provided design and
construction phase services for many projects similar in size and cost to Neighborhood 2 & 6 including the
City’s first CM@R Southeast Denton Package B. Based on Kimley-Horn and Associates, Inc.’s knowledge,
the project team experience, and availability, staff has selected Kimley-Horn and Associates, Inc. as the
best choice for Neighborhood 2 & 6 design. The 2019 Bond Program Extendable Commercial Paper
Program (ECP) is being used for appropriation authority for this contract. The 2019 Bond Program ECP
program was approved by City Council on April 6, 2020. The ECP program allows the City to better align
bond issuances with the cash flow needs of the projects as part of the 2019 Bond Election.
City Hall
215 E. McKinney Street
Denton, Texas
www.cityofdenton.com
Request for Qualifications for professional engineering services was solicited using the City’s formal
solicitation process. City Council approved a pre-qualified list of engineering firms on May 18, 2021
(Ordinance 21-894).
PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)
On May 18, 2021, City Council approved RFQ 7599 for a prequalified list of professional engineering firms
(Ordinance 21-894).
On October 24, 2022, the Public Utilities Board (PUB) recommended this item to the City Council for
consideration.
RECOMMENDATION
Award a contract with Kimley-Horn and Associates, Inc., for the design services of Neighborhoods 2 and
6 for the Capital Projects/Engineering Department, in a not-to-exceed amount of $5,726,000.
PRINCIPAL PLACE OF BUSINESS
Kimley-Horn and Associates, Inc.
Fort Worth, TX
ESTIMATED SCHEDULE OF PROJECT
This project will be started upon approval of the design and CM@R contracts with a completion date by
Q4 2026.
FISCAL INFORMATION
These services will be funded from 2019 Street Reconstruction Bond account 350530473. Water
Distribution and Wastewater Collections will be funding the design from accounts 630498523 &
640485545. Requisition #157109 has been entered into the Purchasing software system in the amount of
$3,200. The budgeted amount for this item is $5,726,000.
EXHIBITS
Exhibit 1: Agenda Information Sheet
Exhibit 2: Presentation
Exhibit 3: Ordinance and Contract
Respectfully submitted:
Lori Hewell, 940-349-7100
Purchasing Manager
For information concerning this acquisition, contact: Seth Garcia, 940-349-8938.
Legal point of contact: Marcella Lunn at 940-349-8333.