Legislation Details

File #: 26-1100A    Version: 1 Name:
Type: CONSENT AGENDA Status: Agenda Ready
File created: 3/18/2026 In control: Office of Bond and Construction Management
On agenda: 4/22/2026 Final action:
Title: Authorize a professional services contract with Kimley-Horn and Associates, Inc. for architectural, engineering, and construction administration services for a new vehicle maintenance facility at the Southeast Service Center - Not to exceed $1,046,500.00 - Financing: City Hall, City Service and Maintenance Facilities Fund (2006 General Obligation Bond Fund) *In alignment with Bond Implementation Program.
Indexes: 7
Attachments: 1. Map, 2. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting Details
No records to display.

PILLAR:                     Sustainable

AGENDA DATE:                     April 22, 2026

COUNCIL DISTRICT(S):                     7

DEPARTMENT:                     Office of Bond and Construction Management

PRIORITY:                     Infrastructure

______________________________________________________________________

SUBJECT

 

Title

Authorize a professional services contract with Kimley-Horn and Associates, Inc. for architectural, engineering, and construction administration services for a new vehicle maintenance facility at the Southeast Service Center - Not to exceed $1,046,500.00 - Financing: City Hall, City Service and Maintenance Facilities Fund (2006 General Obligation Bond Fund)

 

*In alignment with Bond Implementation Program.

 

Body

BACKGROUND

 

On November 7, 2006, the Dallas voters approved the 2006 General Obligation Bond Proposition 6. This bond provided funding for the design, construction, and improvements of equipping and furnishing city facilities, as well as city service and maintenance facilities.

 

On March 28, 2012, the City Council authorized a professional services contract with Huitt-Zollars, Inc., for design and construction administration for the Facilities Maintenance Building to be located at the Southeast Service Center by Resolution No. 12-0921. Following contract execution, a Notice to Proceed was issued on April 9, 2012; however, the project advanced to only 90% percent completion of the Schematic Design phase before experiencing a significant change in scope and budget constraints. As a result, the contract was subsequently terminated.

 

The Southeast Service Center, located at 2761 Municipal Street, is one of five service centers operated by the Department of Equipment and Fleet Management. These centers provide 24-hour support for City of Dallas vehicles, including mechanical and electrical repairs, preventive maintenance, state inspections, vehicle emissions testing, lubrication, fueling and road call assistance.

 

 

 

 

 

The proposed site for the new vehicle maintenance facility is situated within an approximately 8-acre portion of a 67-acre plated property, as identified by the Dallas Central Appraisal District. The allowable use of this property is governed by Planned Development 595 and Special Use Permit (SUP) 133, which controls the development plan for the site. Any modifications to the property must be approved by the Department of Planning and Development. Services under this contract will include the process required to obtain approval for amendment to SUP 133.

 

To begin this effort, a two-step procurement for Architectural/Engineering and Consulting Services was initiated. The first step being a Request for Qualifications solicitation which was developed and publicly advertised on March 12, 2025. On April 18, 2025, seven firms submitted Statements of Qualifications. A selection committee evaluated these submissions, ranked the firms based on published criteria, and shortlisted firms based on the published criteria. On June 25, 2025, a Request for Proposal request was issued to the shortlisted firms.

 

On July 25, 2025, the three short-listed firms submitted a proposal for Architectural/Engineering and Consulting Services for a new vehicle maintenance facility at Southeast Service Center. On August 5, 2025, Kimley-Horn and Associates, Inc., was selected as the most qualified proposer through a qualifications-based selection process, adhering to the City of Dallas and State of Texas procurement guidelines.

 

This action will authorize an architectural services contract with Kimley-Horn and Associates, Inc. to provide architectural design, engineering, bid advertisement, construction administration and warranty support for a new vehicle maintenance facility at the Southeast Service Center located at 2761 Municipal Street.

 

ESTIMATED SCHEDULE OF PROJECT

 

Begin Design                                                               May 2026

Complete Design                                          March                      2027

Begin Construction                                          July 2027

Complete Construction                     December 2028

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

On August 9, 2006, the City Council ordered a special election on Tuesday, November 7, 2006, to authorize general obligation bonds (2006 General Obligation Bonds) by the qualified voters of the City for the purpose of providing funds for permanent public improvements by Resolution No. 06-2056; and Ordinance No. 26421.

 

On March 28, 2012, the City Council authorized a professional services contract with Huitt-Zollars, Inc., for design and construction administration for the Facilities Maintenance Building to be located at the Southeast Service Center by Resolution No. 12-0921.

 

Information about this item was provided to the Finance Committee on an upcoming agenda item regarding the design and construction of a new vehicle maintenance facility at the Southeast Service Center on April 21, 2026.

 

FISCAL INFORMATION

 

Fund

FY 2026

FY 2027

Future Years

City Hall, City Service and Maintenance Facilities Fund (2006 General Obligation Bond Fund)

$1,046,500.00

$0.00

$0.00

 

LOCAL PARTICIPATION

 

Prime

Status

Workforce %

Kimley-Horn and Associates, Inc.

Local

56.74%

 

PROCUREMENT INFORMATION

 

A Request for Qualifications (RFQ) (Solicitation CIZ25-BCM-3155) was issued on March 12, 2025.  On April 18, 2025, seven Qualifications Statements were received in response to the RFQ. Following the review of the submitted Qualifications Statements, three candidates were recommended, and a Request for Proposal was issued to the short-listed firms on June 25, 2025:

 

                     R.E. Warner and Associates, Inc.

                     Huitt-Zollars, Inc.

                     Kimley-Horn and Associates, Inc.

 

Three proposals were received and distributed to the Evaluation Committee on July 25, 2025. Following independent review and evaluation of each submittal, the Evaluation Committee members ranked the candidate’s proposal and closed the Evaluation reports on August 5, 2025. The resulting cumulative ranking of the Evaluation Committee determined Kimley-Horn and Associates, Inc to be the highest-ranked proposal.

 

OWNER/EXECUTIVE

 

Kimley-Horn and Associates, Inc.

 

Aaron Rader, P.E., Senior Vice President

 

MAP

 

Attached