Title
Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a GMP Amendment to the Existing Preconstruction Contract for Construction Manager at Risk (CMAR) Services with Crossland Construction Company Inc. of Prosper, Texas for CMAR Services Related to the Roy and Helen Hall Memorial Library Reimagine Project (LI2441) in McKinney, Texas
Summary
COUNCIL GOAL: Enhance the Quality of Life in McKinney
(5.1: Create Affordable Recreational and Cultural Arts Activities for
All Ages Throughout the City)
MEETING DATE: July 1, 2025
DEPARTMENT: Library Department
Facilities Construction Department
CONTACT: Spencer Smith - Director of Libraries
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 an amendment to the contract for CMAR services with Crossland Construction Company Inc. (Crossland) to provide complete CMAR services related to Roy and Helen Hall Memorial Library Reimagine (Project LI2441).
• The selected firm, Crossland, submitted a GMP proposal to provide CMAR services for an amount not to exceed $16,301,299 which includes CMAR construction services fee of 3.25% for the Roy and Helen Hall Memorial Library Reimagine Project.
BACKGROUND INFORMATION:
• The City issued a request for qualifications (24-64CMAR) to solicit responses from qualified firms for construction of the Roy & Helen Hall Library Reimagine Project on July 21, 2024.
o Advertised in the McKinney Courier Gazette
o Posted on McKinney TV
o 1,336 matching eBid Supplier Notifications
o Including 67 HUB supplier notifications
• Out of 1,336 supplier notifications, eight (8) statements of qualifications (SOQs) were received on August 8, 2024.
• A committee comprised of staff from Public Works, Library, and City Manager’s Office reviewed and ranked the SOQs based on the following criteria:
o 40 Points: Firm & Individual Qualifications
o 25 Points: Capability & Capacity to Perform Work
o 20 Points: References
o 10 Points: Proposed Project Schedule
o 5 Points: Submittal Completeness and Conformance
• Of the eight firms, a total of four (4) firms were selected based on qualifications to participate in step two of the process and were requested to submit proposals including fees for the project. Proposals were received on September 10, 2024. The proposals were reviewed and ranked on the following criteria:
o 25 Points: Proposal fees, staffing plan, project schedule, proposed bond rating, proposed general conditions.
• Of the four finalists, two firms were invited to interview with the committee on September 18, 2024. The interviews were scored on the following criteria:
o 25 Points: Project team presentation, interaction, communication skills, and response to interview questions.
• Crossland Construction Company, Inc. was determined to be the top ranked firm
after both steps of the CMAR selection process.
FINANCIAL SUMMARY:
• The Resolution authorizes the City Manager to execute a GMP amendment to the contract for Construction Manager at Risk (CMAR) services, including potential changes to that scope of services with Crossland Construction Company, Inc. for an amount not to exceed $16,301,299 including contingency.
• There is a companion agenda item for a budget amendment related to this project also included in this council session.
• Upon approval of this item, $3,728,526 will remain in project LI2441.
BOARD OR COMMISSION RECOMMENDATION:
• This item was reviewed by the Library Advisory Board at their most recent meeting.