File #: 20-0178    Name: FI1731 Crossland - pre-con MFS11
Type: Resolution Status: Approved
In control: City Council Regular Meeting
On agenda: 2/18/2020 Final action: 2/18/2020
Title: Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Professional Services Contract with Crossland Construction Company, Inc. whose local office is in Prosper, Texas for Construction Manager at Risk (CMAR) Services Related to the Design and Construction of McKinney Fire Station 11 located at 6260 Rundell Way, McKinney, Texas 75070
Attachments: 1. Proposal, 2. Resolution

Title

Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Professional Services Contract with Crossland Construction Company, Inc. whose local office is in Prosper, Texas for Construction Manager at Risk (CMAR) Services Related to the Design and Construction of McKinney Fire Station 11 located at 6260 Rundell Way, McKinney, Texas 75070

 

Summary

 

COUNCIL GOAL:                     Safe and Secure Community

                     (6A: Maintain Meaningful Public Safety Performance

                     Measures)

 

MEETING DATE:                     February 18, 2020

 

DEPARTMENT:                      Fire Department

                     Public Works Department, Facilities Construction Division

 

CONTACT:                       Danny Kistner, Fire Chief

                     Patricia L. Jackson, PE - Facilities Construction Manager

                     

RECOMMENDED CITY COUNCIL ACTION:                     

                     Approval of the Resolution.

 

ITEM SUMMARY: 

                     This Resolution authorizes the City Manager to execute a professional services contract with Crossland to provide pre-construction services related to the design and construction of the McKinney Fire Station 11 located at 6260 Rundell Way McKinney, Texas.

                     The selected team, Crossland Construction Company, Inc., submitted a proposal to provide pre-construction services for an amount not to exceed $5,000, along with a proposed construction services fee of 3.75% of the cost of construction for Fire Station 11. 

 

BACKGROUND INFORMATION: 

                     Ten firms submitted statements of qualifications in response to the Request For Qualifications 20-22RFQ and were evaluated by Fire Department staff, the project architect and city staff.

                     The top two ranked firms were asked to submit proposals that included pre-construction services fees, construction services fee percentage, costs for general conditions, a proposed project schedule and the like.

                     Crossland Construction Company, Inc. was determined to be the top ranked firm after both steps of the CMAR selection process. 

                     Crossland Construction Company, Inc. is ranked among the top general contractors in the nation, and is among the top 250 largest contractors in the world.  Regardless of project size, Crossland offers a wide range of construction services and is one of the top general contractors in North Texas. They are a Prosper based firm and have successfully completed other municipal facility projects, including McKinney Fire Station 10 and fire stations for other municipalities and is the firm recommended for selection for the project.

                     Future agenda items associated with this project will be presented for consideration including one for the Guaranteed Maximum Price (GMP) which would authorize an amendment to this contract allowing for full construction services.

 

FINANCIAL SUMMARY: 

                     The Resolution authorizes a professional services contract for Construction Manager at Risk services, for pre-construction services and potential changes to that scope of services, with Crossland Construction Company, Inc. for an amount not to exceed $10,000 which includes a contingency of $5,000.

 

                     Fire Station 11 was funded within the FY20-24 Capital Improvements Program with general obligation bonds and funds are currently available for this contract.  Upon approval of this agenda item, $9,850,440 will remain in project FI1731.

 

BOARD OR COMMISSION RECOMMENDATION: 

                     N/A