Skip to main content
Dallas Logo
File #: 25-661A    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 2/7/2025 In control: Office of Bond and Construction Management
On agenda: 2/26/2025 Final action:
Title: Authorize a design-build construction contract with G.P. Cooper Industries, Inc. dba Cooper General Contractors for design and preconstruction services, an early construction package, and architectural and engineering services for the design and construction of multiple public restroom accessibility renovations to achieve compliance with Texas Accessibility Standards at various locations - Not to exceed $567,224.00 - Financing: City Hall, City Service and Maintenance Facilities Fund (2006 General Obligation Bond Fund) ($127,444.00), Facilities (H) Fund (2017 General Obligation Bond Fund) ($127,445.00), Library Facilities (D) Fund, and Cultural and Performing Arts Facilities (E) Fund (2024 General Obligation Bond Funds) ($312,335.00) (see Fiscal Information)
Indexes: 1, 12, 14, 3, 7, 8, 9
Attachments: 1. Map, 2. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Quality of Life, Arts, and Culture

AGENDA DATE:                     February 26, 2025

COUNCIL DISTRICT(S):                      1, 3, 7, 8, 9, 12, 14

DEPARTMENT:                     Office of Bond and Construction Management

EXECUTIVE:                     Dev Rastogi

______________________________________________________________________

SUBJECT

 

Title

Authorize a design-build construction contract with G.P. Cooper Industries, Inc. dba Cooper General Contractors for design and preconstruction services, an early construction package, and architectural and engineering services for the design and construction of multiple public restroom accessibility renovations to achieve compliance with Texas Accessibility Standards at various locations - Not to exceed $567,224.00 - Financing: City Hall, City Service and Maintenance Facilities Fund (2006 General Obligation Bond Fund) ($127,444.00), Facilities (H) Fund (2017 General Obligation Bond Fund) ($127,445.00), Library Facilities (D) Fund, and Cultural and Performing Arts Facilities (E) Fund (2024 General Obligation Bond Funds) ($312,335.00) (see Fiscal Information)

 

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 November 7, 2017, Dallas voters approved the 2017 Special Bond Election Proposition H, which allocated funding for the design, construction, and improvements to City Hall and various city service administrative facilities.

 

On May 4, 2024, Dallas voters approved Proposition D of the 2024 General Obligation Bond Program. This funding was dedicated to the design, construction, and improvement of the city’s library facilities. Voters also approved Proposition E on the same date, which provided funding for design, construction, and improvement of cultural arts facilities. Public restroom accessibility renovations were identified within the city’s needs inventory under libraries, cultural arts facilities, and City Hall categories.

 

The Public Restroom Renovations Program aims to achieve compliance with Texas Accessibility Standards (TAS). The scope of these renovations includes restroom doors and hardware, restroom stalls, plumbing fixtures, accessories, interior finishes, lighting and heating ventilation and air conditioning, water fountains, and signage. Projects being considered for these renovations are of similar size and scope, ensuring consistency in addressing accessibility requirements.

 

To begin this effort, a Request for Qualifications (RFQ) solicitation was developed and publicly advertised on September 11, 2024. By October 4, 2024, five firms submitted their Statements of Qualifications. A selection committee evaluated these submissions, ranked the firms based on published criteria, and shortlisted the three highest-ranked firms. On October 16, 2024, a proposal request was issued to the shortlisted firms.

 

Subsequently, on November 8, 2024, three firms submitted proposals for public restroom renovations to achieve compliance with Texas Accessibility Standards. Among these, G.P. Cooper Industries, Inc. dba Cooper General Contractors 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.

 

It is now deemed desirable to authorize a design-build construction contract with G.P. Cooper Industries, Inc. dba Cooper General Contractors. This contract will include design and pre-construction services for public restroom accessibility renovations to ensure compliance with TAS, with a total contract amount not to exceed $567,224.00.

 

The locations of the Public Restroom accessibility renovations are as listed below:

 

1.                     City Hall - 1500 Marilla Street - 3rd Floor East - (one male & one female pair)

2.                     City Hall - 1500 Marilla Street - 3rd Floor West - (one male & one female pair)

3.                     City Hall - 1500 Marilla Street - 5th Floor East - (one male & one female pair)

4.                     City Hall - 1500 Marilla Street - Floor L1 East - (one male & one female pair)

5.                     City Hall - 1500 Marilla Street - 6th Floor Area C North - (one male & one female pair)

6.                     City Hall - 1500 Marilla Street - 1st Floor South Corridor - (one male & one female pair)

7.                     Kleberg-Rylie Branch Library - 1301 Edd Road - (one male & one female pair)

8.                     Lakewood Branch Library - 6121 Worth Street - (one male & one female pair)

9.                     Martin Luther King, Jr. Branch Library - 2922 Martin Luther King Jr. Boulevard. - (one male & one female pair)

10.                     Mountain Creek Branch Library - 6102 Mountain Creek Parkway - (one male & one female pair)

11.                     Oak Lawn Branch Library - 4100 Cedar Springs Road - (one male & one female pair)

12.                     Renner Frankford Branch Library - 6400 Frankford Road - (one male & one female pair)

13.                     Skillman Southwestern Branch Library - 5707 Skillman Street - (one male & one female)

14.                     Oak Cliff Cultural Center - 223 West Jefferson Boulevard (one male & one female pair & one family)

 

Funding for design and renovation of these facilities is to be provided through 2024 Bond Proposition D and 2024 Bond Proposition E, 2017 Bond Funds for City Facilities and 2006 Bond Funds for City Facilities. This design-build construction contract aims to upgrade the restrooms at the identified locations, ensuring they meet modern standards of functionality, accessibility, and comfort. The project focuses on enhancing the quality of life for all users by addressing the critical need for improved facilities. The upgrades will align with current TAS, ensuring compliance with state regulations and promoting inclusivity for employees and residents with accessibility needs. By modernizing the restrooms and adhering to TAS guidelines meeting City of Dallas adopted Construction Codes, the project underscores a commitment to providing equitable and accessible public spaces while enhancing the overall user experience. Per 2024 Bond Ordinance, project may include interior finish-out, furniture fixtures and equipment, and compliant signage. The cost for these design and renovations will be $2,187,097.00 based on design-Builder’s fee Guaranteed Maximum Price for the project.

 

G.P. Cooper Industries, Inc. dba Cooper General Contractors was selected following a two-step qualifications-based selection process in accordance with the City of Dallas and State of Texas procurement guidelines.

 

ESTIMATED SCHEDULE OF PROJECT

 

Begin Design                                           March 2025

Complete Design                                           August 2025

Begin Construction                                           August 2025

Complete Construction                      March 2026

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

The City Council was briefed regarding this matter on August 21, 2024.

 

FISCAL INFORMATION

 

Fund

FY 2025

FY 2026

Future Years

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

$127,444.00

$   372,586.00

$0.00

Facilities (H) Fund (2017 General Obligation Bond Fund)

$127,445.00

$   356,368.00

$0.00

Library Facilities (D) Fund (2024 General Obligation Bond Fund)

$259,880.00

$    728,934.00

$0.00

Cultural and Performing Arts Facilities (E) Fund (2024 General Obligation Bond Fund)

$  52,455.00

$   161,985.00

$0.00

Total

$567,224.00

$1,619,873.00

$0.00

 

Council District       Amount

 

        1                    $  52,455.00

        3                    $  35,489.00

        7                    $  38,486.00

        8                    $  36,140.00

        9                    $  37,436.00

        12                  $  36,273.00

        14                  $330,945.00

 

     Total                 $567,224.00

 

 

 

 

M/WBE INFORMATION

 

In accordance with the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

$567,224.00

Architecture & Engineering

34.00%

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

72.06%

100.00%

$567,224.00

This contract exceeds the M/WBE goal.

GP Cooper Industries Inc. dba Cooper General Contractors - Non-local; Workforce - 23.00% Local

 

PROCUREMENT INFORMATION

 

A Request For Qualifications (RFQ) (CIZ24-BCM-3073) issued on September 11, 2024. On October 4, 2024, five 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 October 16, 2024:

 

1.                     G. P. Coopers Industries, Inc. dba Cooper General Contractors

2.                     Talley Riggins Construction Group

3.                     CGC Texas General Contractors, Inc.

 

Proposals were received and distributed to the Evaluation Committee on November 8, 2024.  Following independent review and evaluation of each submittal, the Evaluation Committee members ranked each Candidate’s proposal and closed the Evaluation reports on November 18, 2024. The resulting cumulative ranking of the Evaluation Committee determined G.P. Cooper Industries, Inc. dba Cooper General Contractors to be the highest-ranked proposal.

 

OWNER/EXECUTIVE

 

G.P. Cooper Industries, Inc. dba Cooper General Contractors

 

Mr. Jose Flores, President and Managing Partner

 

MAP

 

Attached