Loading...
Exhibit 1 - Agenda Information SheetCity of Denton _____________________________________________________________________________________ AGENDA INFORMATION SHEET DEPARTMENT: Procurement ACM: Christine Taylor DATE: December 16, 2025 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 Lockwood, Andrews & Newnam, Inc., for engineering services for the Lift Station Rehabilitation Project for the Water Utilities Department as set forth in the contract; providing for the expenditure of funds therefor; and providing an effective date (RFQ 8213-011 – Professional Services Agreement for engineering services awarded to Lockwood, Andrews & Newnam, Inc., in the not-to-exceed amount of $735,520.00). The Public Utilities Board will consider this item on Monday, December 15, 2025. STRATEGIC ALIGNMENT This action supports Key Focus Area: Enhance Infrastructure and Mobility. INFORMATION/BACKGROUND This proposed contract is a Professional Services Agreement with Lockwood, Andrews & Newnam, Inc., for the Lift Station Rehabilitation Project. The rehabilitation of lift stations is essential for the ongoing operation of wastewater management systems. These stations are crucial for moving sewage to higher elevations when gravity flow is insufficient. As they age, issues such as corrosion and wear can develop, potentially leading to environmental contamination and non-compliance with Texas Commission on Environmental Quality (TCEQ) regulations. Upgrading these stations helps prevent such problems, ensures efficient operation, reduces maintenance costs, and supports future growth. Most importantly, it maintains safe and reliable wastewater services for communities. Overall, it is a strategic step to preserve infrastructure integrity and system dependability. In 2023, a comprehensive condition assessment was conducted to evaluate the 31 lift stations managed by the City of Denton, leading to a prioritized ranking based on their serviceability. The Water Utilities Department is launching a multi-year rehabilitation program, starting with the stations identified as the highest risk. This approach will help ensure that the lift stations continue to operate safely and reliably for years to come. This contract covers the design phase of the rehabilitation for four (4) lift stations identified as being in a higher-risk condition of serviceability. City Hall 215 E. McKinney Street Denton, Texas www.cityofdenton.com Lift Stations to be designed under this contract: • Bent Oaks • Southfork • Sundown • Vacation Village Lift Station Design Cost South Fork $84,250 Sundown Ranch 217,090 Bent Oaks 217,090 Vacation Village 217,090 Total $735,520 Request for Qualifications for an engineering services list for various water and wastewater utilities projects for the Water Utilities Department was solicited using the City’s formal solicitation process. City Council approved a pre-qualified list of professional service firms on March 5, 2024 (Ordinance 24-390). PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS) On March 5, 2024, City Council approved RFQ 8213 for a prequalified list of firms for engineering services for various water and wastewater utilities projects for the Water Utilities Department (Ordinance 24-390). On December 15, 2025, this item will be presented to the Public Utilities Board (PUB) for consideration. RECOMMENDATION Award a contract with Lockwood, Andrews & Newnam, Inc., for engineering services for the Lift Station Rehabilitation for the Water Utilities Department, in the not-to-exceed amount of $735,520. PRINCIPAL PLACE OF BUSINESS Lockwood, Andrews & Newnam, Inc. Frisco, TX SUSTAINABILITY MEASURES The contract will deliver comprehensive engineering design and construction/rehabilitation phase services to the City of Denton. The project aims to rehabilitate existing lift stations, ensuring safe and reliable wastewater service. ESTIMATED SCHEDULE OF PROJECT The design portion of this project is expected to take approximately one (1) year. FISCAL INFORMATION These services will be funded through the bonds in the 5-year Capital Improvement Program, account 640530545.1360.21100. Requisition #173212 has been entered into the purchasing software system for the amount of $735,520. The budgeted amount of this item is $735,520. EXHIBITS Exhibit 1: Agenda Information Sheet Exhibit 2: Ordinance and Contract Respectfully submitted: Lori Hewell, 940-349-7100 Purchasing Manager For information concerning this acquisition, contact: Jason Donnell, 940-349-8275. Legal point of contact: Marcella Lunn at 940-349-8333.