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.