Skip to main content
File #: 25-3388    Name: MPSB - FP2004 - Precon - Crossland
Type: Resolution Status: Consent Item
In control: City Council Regular Meeting
On agenda: 11/18/2025 Final action:
Title: Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Professional Construction Manager at Risk Services Agreement with Crossland Construction Company Inc. for Services Related to the Preconstruction Phase of the Public Safety Building Renovation Project (FP2004) located at 2200 Taylor Burk Drive, McKinney, Texas 75071
Attachments: 1. Resolution, 2. Proposal, 3. Scoring Matrix
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

Consider/Discuss/Act on a Resolution Authorizing the City Manager to Execute a Professional Construction Manager at Risk Services Agreement with Crossland Construction Company Inc. for Services Related to the Preconstruction Phase of the Public Safety Building Renovation Project (FP2004) located at 2200 Taylor Burk Drive, McKinney, Texas 75071

Summary

COUNCIL GOAL:                     Safe & Secure Community

                     (6.3: Continually increase operational efficiency in public safety

                     departments)

MEETING DATE:                     November 18, 2025

DEPARTMENTS:                      Police Department

                     Facilities Construction

CONTACTS:                       Joe Ellenburg, Chief of Police                      

                     Patricia L. Jackson, PE, Facilities Construction Manager

RECOMMENDED CITY COUNCIL ACTION:                     

                     Approval of the Resolution.

ITEM SUMMARY: 

This Resolution authorizes a Construction Manager at Risk (CMAR) contract with Crossland Construction Company Inc. to provide complete preconstruction services related to the McKinney Public Safety Building Renovation Project (FP2004).

                     The selected consultant, Crossland Construction Company submitted a proposal to provide preconstruction services for the McKinney Public Safety Building Renovation Project for $10,000 plus a CMAR construction services fee of 3.5%.

BACKGROUND INFORMATION: 

                     The City issued Request for Qualifications 26-06RFQ for CMAR Services for the Renovation and Construction of Public Safety Facilities on September 12, 2025.

o                     Advertised in McKinney Courier Gazette and Celina Record

o                     Posted on McKinney TV

o                     920 matching Bonfire supplier notifications

                     Out of the 920 matching supplier notifications, fifteen (15) qualification statements were received and opened by Procurement Services on October 2, 2025

o                     Byrne Construction Services

o                     CGC General Contractors, Inc.

o                     CORE Construction

o                     Crossland Construction Company, Inc.

o                     FPI Builders LLC

o                     HJ Russell

o                     Key Construction Texas LLC

o                     McCownGordon Construction

o                     MDI Inc. General Contractors

o                     Muckleroy & Falls

o                     Nash Industries Inc.

o                     Piazza Construction LLS

o                     Pogue Construction

o                     Tegrity Contractors Inc.

o                     Wyldewood Commercial, LLC

                     An evaluation team comprised of City staff reviewed and ranked the proposals on the following criteria:

o                     40 Points - Firm and Individual Qualifications

o                     25 Points - Capability and Capacity to Perform Work

o                     20 Points - References

o                     10 Points - Proposed Project Schedule

o                      5 points - Submittal Completeness and Conformance

                     Out of the fifteen (15) firms, a total of three (3) were selected based on qualifications to participate in Step 2 of the CMAR process and were requested to submit proposals including fees for the project and to participate in interviews with the evaluation team. Proposals were received on October 24, 2025, and interviews were held October 30, 2025.

                     The proposals were reviewed and interviews completed and ranked on the following criteria:

o                     25 points - Proposal: fees, staffing plan, project schedule, proposed bond rating, proposed general conditions

o                     25 points - Interview: proposed project team presentation, team interaction, communication skills, and responses to interview questions.

                     The evaluation team recommends awarding a contract to the highest ranked respondent after both steps of the CMAR selection process. 

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

                     Crossland Construction is ranked among the top general contractors in North Texas. They are a Prosper, Texas based firm and have successfully completed multiple projects for McKinney and many other municipalities.

                     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 the City Manager to execute a Construction Manager at Risk Contract for preconstruction services, including potential changes to the scope of services, with Crossland Construction Company for an amount not to exceed $11,000 which includes a contingency amount of $1,000.

                     Upon approval of this item, $6,185,856 will remain in the project (FP2004).

BOARD OR COMMISSION RECOMMENDATION:

                     N/A