CC MEETING: August 19, 2025
DATE: August 12, 2025
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 Contract With JonesCo General Contractors, LLC For The Detention Center Renovations Project In An Amount Not To Exceed $2,736,523.00.
Body
BACKGROUND:
As part of an ongoing effort to maintain the Police Department and Detention Center facilities, City staff have advanced a consolidated project to upgrade the analog access control system to a fully digital system and replace the paving and install a gate at the sallyport driveway for added security. Improvements from this project will include modifications to various areas, such as the intake/booking areas, to improve function, capacity, and safety of the facility, new millwork in the central control, intake, and fingerprint areas, a window to the supervisor’s office facing the corridor, and adjustment of HVAC registers to accommodate a new ceiling grid and lighting in the modified areas.
Construction will occur in one phase, and the Detention Center will remain open during construction. The Contractor will coordinate with Detention Center Staff to maintain security during the renovations. 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 $1,944,377.00. As outlined below, the actual lowest qualified proposal is approximately 28% above the architect’s estimate, but remains below the overall budget of $5.6 million.
FINANCIAL IMPLICATIONS:
Construction services for this project have been selected through Engineering Bid Number 2025-05 utilizing the Competitively Sealed Proposals (CSP) process 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.
Six (6) proposals were received on July 08, 2025.
Staff have reviewed the required contractor qualification packets and, after evaluating all selection criteria, determined that JonesCo General Contractors, LLC submitted the lowest qualified proposal in the amount of $2,487,748.00. JonesCo General Contractors demonstrated the strongest overall qualifications among all proposers. The firm has an excellent reputation with Dallas County and a proven track record of successfully delivering multiple justice and detention center projects for the county. Based on a comprehensive evaluation of both price and qualifications, staff have concluded that JonesCo General Contractors, LLC is the most qualified contractor for this project and offers the best overall value to the City of Carrollton. Staff consider this firm to be the best value for the Detention Center Renovations project.
Funding is available from General Obligation bond funds.
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 $248,775.00.
IMPACT ON COMMUNITY SUSTAINABILITY:
This project will contribute to community wellbeing by updating a key municipal facility to provide a better working and business environment for the Police Department and Detention Center and will provide for more cost-efficient digital-control safety components and an upgraded intake/booking area for city personnel located at the Detention Center.
STAFF RECOMMENDATION/ACTION DESIRED:
Staff recommends City Council authorize the City Manager to approve a construction contract with JonesCo General Contractors, LLC for the Detention Center Renovations project in an amount not to exceed $2,736,523.00. ($2,487,748 proposal and a $248,775 (10%) construction contingency).