City Council Meeting Date: April 21, 2026
Date: April 13, 2026
To: Erin Rinehart, City Manager
From: Jonathan Wheat, P.E., Director of Engineering
Shannon Hicks, P.E., Assistant City Manager
Title
Consider Authorizing the City Manager To Approve A Construction Contract With JonesCo General Contractors, LLC. For The City Hall Exterior And 1st & 2nd Level Improvements Project In An Amount Not To Exceed $1,132,323.00.
Body
Background:
As part of an ongoing effort to maintain City facilities, city staff has advanced a consolidated project for security enhancements to the exterior and 1st and 2nd floor interior of City Hall. The exterior work includes concrete replacement of the loading dock to address drainage, installation of a security gate at the loading dock, modifications to the existing accessibility ramp at the main entrance, and the addition of a new accessibility ramp at the back entrance. The interior work includes renovation & adjustment of the reception area, and service counter modifications to the Utility Service Center, Development Services, Workforce and Environmental Services, for increased security. Modifications will consist of selective demolition as shown in plans, replacement of ceiling grid and tile and interior lighting as shown in plans, painting of walls in interior and office areas, and electrical and HVAC adjustments to accommodate the interior renovations.
Construction will occur in six (6) phases to minimize the impact of city staff and services to city residents. City personnel will temporarily relocate at each phase for the duration of the project. A master schedule has been developed that includes temporary staff relocation, removal of old furniture, all construction components, installation of new furniture, and restoring staff and operations at the completion of each phase. While an actual schedule will be developed once all contracts are secured, construction duration is estimated to be complete in eight months.
The Architect’s opinion of probable cost for work covered by this contract phase was estimated at $1,266,439.43. As outlined below, the actual lowest qualified proposal is approximately 19% below budget, while meeting all project goals.
Financial Implications:
Construction services for this project have been selected through competitively sealed proposals in accordance with State Law. The City evaluated and ranked each proposed contractor based on the following selection criteria: 65% proposed price and 35% contractor qualifications. The City then selected the contractor that offered the best value as determined by the selection criteria and ranking evaluation.
Fourteen (14) proposals were received on February 17, 2026, and ranged from $776,457.44 to $1,647,777.00. However, State Law allows for evaluation of all selection criteria in the competitively sealed proposals procurement process, which included the price and contractor qualifications.
Staff have reviewed the required contractor qualification packets, and determined in consideration of all selection criteria, the contractor JonesCo General Contractors, LLC, has submitted the lowest qualified proposal of $1,029,383.00. Although they may not present the lowest monetary proposal, JonesCo possesses the most comparable qualifications over all other proposers. JonesCo has an excellent reputation with Dallas County and is currently under contract for the City of Carrollton Detention Center Renovation project. Upon incorporation of all selection criteria based on price and qualifications, JonesCo General Contractors, LLC is concluded to be the most qualified contractor for this project and offers the best overall value to the City of Carrollton. Staff consider this contractor to be the lowest responsible proposer and offers the best value to the city for the City Hall Exterior and 1st & 2nd Level Interior Improvements project.
JonesCo General Contractors, LLC has submitted the lowest qualified proposal to perform the construction services for the project in the amount of $1,029,383.00. Funding is available in the Maintenance Special Projects Account.
Staff recommends the inclusion of a construction contingency. The construction contingency provides an expedient manner to accommodate unforeseen costs and minor additions in work common in all construction projects. Examples include unexpected conditions discovered during construction, and changes to design that were not possible during plan generation. All charges against contingency must be supported by detailed pricing information and approved by the City through a formal change order. However, having advanced Council authorization ensures that work progress is not impeded. Typical construction contingencies for a project of this magnitude range from 5-10% of the total contract amount. Staff recommend a 10% (original contract amount) contingency or $102,940.00.
Impact on Community Sustainability:
This project will support the City Council’s strategic objectives and vision of building a community that families and businesses want to call home by:
• Enhancing the safety and accessibility of City Hall through improved ramps, circulation pathways, and upgraded building systems. (Hospitality, Accessible)
• Improving customer experience and operational efficiency with redesigned reception areas and secure service. (Optimized, Hospitality)
• Supporting employee productivity and workspace quality through updated interior finishes, lighting, HVAC, and phased construction minimizing operational disruption. (Motivated)
Staff Recommendation/Action Desired:
Staff recommends City Council authorize the City Manager to approve a construction contract with JonesCo General Contractors, LLC for the exterior and 1st & 2nd level interior improvements of City Hall in an amount not to exceed $1,132,323.00. ($1,029,383.00 proposal and a $102,940 (10%) construction contingency).