Exhibit 1 - Agenda Information Sheet - CCCity of Denton
_____________________________________________________________________________________
AGENDA INFORMATION SHEET
DEPARTMENT: Procurement
ACM: Cassey Ogden
DATE: May 7, 2024
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 the Mingo Ruddell Roadway and Quiet Zone project for the
Capital Projects Department as set forth in the contract; providing for the expenditure of funds therefor; and
providing an effective date (RFQ 7599-017 – Professional Services Agreement for design services awarded
to Kimley-Horn and Associates, Inc., in the not-to-exceed amount of $6,640,400.00).
STRATEGIC ALIGNMENT
This action supports Key Focus Area: Enhance Infrastructure and Mobility.
INFORMATION/BACKGROUND
The Mingo Ruddell Roadway and Quiet Zone project is associated with the 2023 Bond Program and is
located in the Texas Woman’s University area and surrounding residential neighborhoods. The project
scope includes approximately 15,500 linear feet of roadway reconstruction; 8,600 linear feet of 6-inch
through 12-inch water main replacement; 4,800 linear feet of 8-inch through 15-inch wastewater main
replacement; drainage study; sidewalk enhancements; and various lighting improvements. In addition,
there will be one (1) new railroad crossing for Ruddell Road at Union Pacific Railroad (UPRR) and six (6)
existing railroad crossings to be either upgraded or closed to create the Mingo-Quiet Zone.
This project is being delivered as a Construction Manager at Risk (CM@R) project 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 including the City’s first CM@R
Southeast Denton Package B as well as the ongoing Neighborhood 2 & 6 project. In addition, Kimley-
City Hall
215 E. McKinney Street
Denton, Texas
www.cityofdenton.com
Horn and Associates have worked on neighboring Bell Avenue. Based on Kimley-Horn and Associates,
Inc.’s knowledge, the project team's experience, and availability, Kimley-Horn and Associates, Inc. was
selected as the best choice for Mingo Ruddell Roadway and Quiet Zone project design. The 2023 Bond
Program Extendable Commercial Paper Program (ECP) is being used for appropriation authority for this
contract. The 2023 Bond Program ECP program was approved by City Council on November 7, 2023. The
ECP program allows the City to better align bond issuances with the cash flow needs of the projects as part
of the 2023 Bond Election.
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, the City Council approved RFQ 7599 for a prequalified list of professional engineering
firms (Ordinance 21-894).
RECOMMENDATION
Award a contract with Kimley-Horn and Associates, Inc., for the design services of Mingo Ruddell
Roadway and Quiet Zone for the Capital Projects Department, in a not-to-exceed amount of $6,640,400.
PRINCIPAL PLACE OF BUSINESS
Kimley-Horn and Associates, Inc.
Denton, TX
ESTIMATED SCHEDULE OF PROJECT
This project will be started upon approval of the design and CM@R contracts with a projected completion
date of Q4 2027, subject to change due to coordination with state and federal entities.
FISCAL INFORMATION
These items/services will be funded from a combination of accounts, please see below:
2023 Street Reconstruction Bond 350555475.1360.21100 $4,765,949.00
Roadway Impact Fees 250126472.1360.21100 $1,000,000.00
Design Phase Services - Wastewater 640298541.1360.21100 $275,000.00
Design Phase Services - Water 350555517.1360.21100 $163,882.08
Design Phase Services - Water 350555525.1360.21100 $194,935.98
Design Phase Services - Water 350555523.1360.21100 $7,825.02
Requisition #164450 has been entered into the Purchasing software system in the amount of $6,407,592.08.
The remainder of the funds will be added to the Purchase Order from future fiscal year allocations. The
budgeted amount for this item is $6,640,400.
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: Tracy L. Beck, 940-349-8925.
Legal point of contact: Marcella Lunn at 940-349-8333.